By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

263_16 Total Cleaning Services Solution.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

ESPO
Barnsdale Way, Grove Park, Enderby
For the attention of: Mr Jake Smith
LE19 1ES Leicester
United Kingdom
Telephone: +44 1162944065
E-mail:
Fax: +44 1162944381

Internet address(es):

General address of the contracting authority: http://www.espo.org/

Electronic access to information: http://www.eastmidstenders.org/

Electronic submission of tenders and requests to participate: http://www.eastmidstenders.org/

Further information can be obtained from: ESPO
Please Section II.1.4)
LE19 1ES Leicester
United Kingdom

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: ESPO
Please Section II.1.4)
LE19 1ES Leicester
United Kingdom

Tenders or requests to participate must be sent to: ESPO
Please Section II.1.4)
LE19 1ES Leicester
United Kingdom

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Other: local authority services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Organisations listed in Section II.1.4)
Further information contact ESPO
LE19 1ES Leicester
United Kingdom

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
263_16 Total Cleaning Services Solution.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 0

Duration of the framework agreement

Duration in years: 3

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 12 000 000 and 50 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The framework intends to provide a national solution for a complete suite of Cleaning Services (including General Cleaning, Window Cleaning, Deep Cleaning, External Cleaning, Specialist Cleaning and Decontamination Cleaning).
The framework will have 3 Lots:
Lot 1A - General Cleaning (inclusive of Window Cleaning and External Cleaning);
Lot 1B - Deep and Specialist Cleaning;
Lot 1C - Decontamination Systems and Services.
National framework to be awarded on a regional basis.

Whilst initially for use by local authorities served by ESPO (see: www.espo.org for further details), being a Central Purchasing Body as defined by the EU Combined Procurement Directive 2004/18/EC of the European Parliament and of the Council, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Central Government Departments and their Agencies; Police, Fire and Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/About-us-%281%29/FAQs/Legal

An eAuction process may be used to award subsequent call-off contracts following the reopening of competition among the parties to the Framework Agreement.

In order to express an interest in tendering for this opportunity and obtaining tender documents and/or requesting any further information, please see details below and please ensure you refer to instructions and guidance available: (a) Go to: www.eastmidstenders.org (b) (If you are not already registered) Register your company by selecting the ‘Register' box on the top of the home page, (c) Once registered visit the home page select ‘View Opportunities’ then ‘Search Latest Opportunities', from the ‘Organisation' drop-down box select ‘ESPO', click search (options) and select the appropriate opportunity ‘263_16 Total Cleaning Services Solution’, (d) Express an interest by selecting the ‘Register Interest’ box at the bottom of the screen. You should receive a notification email confirming your expression of interest, (e) Once fully registered, you should download the tender from the website.

Tenderers should also note that final submissions must be made only via ProContract, no other submission route is permitted. Failure to follow this path will result in the tender submission being disregarded.
All documents pertaining to this opportunity will be available for download via the ProContract portal from the outset. Please ensure you are able to download all files after accessing the ProContract portal.

If you have any query regarding the content or require further information, please use the messaging tool provided within the website. If you experience any problems with registration or expression of interest, please refer any queries on Portal operation to: or telephone. +44 1670597136.

Note: You will receive email notifications regarding your expression of interest or other important actions on the system. Email alerts may be blocked by your company’s Spam filter. Please contact your ICT department to ensure that emails from the domain: "@due-north.com” are excluded from the Spam filter "blocked addresses”.
II.1.6)Common procurement vocabulary (CPV)

90910000, 42924720, 90722200, 90911000, 90919000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The value of 12 000 000 GBP is the estimated potential value based on known participating establishments. The value of participation by the wider public sector cannot be calculated accurately or guaranteed - but has nevertheless been incorporated within a range of 12 000 000 GBP to 50 000 000 GBP for the duration (including the extension option referred to at Section II.2.2)
II.2.2)Information about options
Options: yes
Description of these options: The framework agreement has the option to extend for up to a further 12 months. The total estimated values stated in Section II.1.4) include the option period.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 4.9.2016. Completion 3.9.2019

Information about lots

Lot No: 1
1)Short description
The framework will be divided into the following lots: Lot 1A - General Cleaning (inclusive of Window Cleaning and External Cleaning) 90910000: Cleaning services 90911000: Accommodation, building and window cleaning services 90919000: Office, school and office equipment cleaning services; Lot 1B - Deep and Specialist Cleaning 90910000: Cleaning services 90911000: Accommodation, building and window cleaning services 90919000: Office, school and office equipment cleaning services; Lot 1C - Decontamination Systems and Services 42924720: Decontamination Equipment 90722200: Environmental decontamination services. Full details on lots are provided in the Invitation to tender.
2)Common procurement vocabulary (CPV)

90910000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation. 2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 12 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in the Invitation to Tender.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As detailed in the Invitation to Tender.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
As detailed in the Invitation to Tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
263_16
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2016/S 030-048403 of 12.2.2016

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.7.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved The Public Contracts Regulations 2015 (SI 2105 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.6.2016