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

EPCL16 Routine and Responsive Cleaning.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Eastern Procurement Limited
The Old Granary, Ashwelthorpe
For the attention of: Mark Fisher
NR16 1ET Norwich
United Kingdom

Internet address(es):

General address of the contracting authority: http://eastern-procurement.co.uk/ep-procurement-portal

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities

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

Suffolk Housing Society

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
EPCL16 Routine and Responsive Cleaning.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main site or location of works, place of delivery or of performance: Works will occur in properties owned by Suffolk Housing Society, as outlined in the tender documents, but concentrated within Suffolk, Norfolk and Cambridgeshire.

NUTS code UKH1,UKH12,UKH33,UKH13,UKH14

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Routine and Responsive Cleaning of Suffolk Housing Society's: Residential Accommodation, Sheltered Accommodation Schemes and Commercial Offices (Communal Areas only).
This opportunity offers Contractors the chance of dealing with the whole of Suffolk Housings Cleaning for the communal aspects of their residential properties, their sheltered housing schemes and also incorporates an option to deliver the cleaning of their commercial properties. This aggregated solution offers a greater volume of work to the successful contractor than previous agreements.
The agreement is set to be for 3 years with options to extend annually beyond this, for up to 6 years in total from the award date.
In order to deliver this contract effectively it is advised you secure access to the properties involved to properly evaluate the work required and costs involved (See Appendix K of the Tender for details). The opportunity to do this is limited so early engagement on this is strongly recommended.

SHS is currently looking to mobilise this contract in the 1st 2 months of 2017. Please ensure all relevant parties within your organisation are aware of the key dates for submission, clarifications and evaluations in order to assist in making this run smoothly.

II.1.6)Common procurement vocabulary (CPV)

90911000, 90911300, 90910000, 90911200, 90918000, 90911100, 90919200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
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:
Estimated value excluding VAT:
Range: between 600 000 and 1 200 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 12.12.2016. Completion 11.1.2022

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:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 2 years worth of financial accounts highlighted to provide information used for calculating Turnover, Current Ratio (Current Assets divided by Current Liabilities), Borrowing/Gearing Ratio (Total Borrowings Divided by Net Worth).
Minimum level(s) of standards possibly required: Minimum Turnover of: 200 000 GBP;
Current Ratio (Current Assets divided by Current Liabilities) greater than 1:1;
Borrowing/Gearing Ratio (Total Borrowings Divided by Net Worth) greater than 1:1 2 years worth of certified accounts or equivalent.
III.2.3)Technical capacity
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
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:
EPL - 2015 - 0015
IV.3.2)Previous publication(s) concerning the same contract
no
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
5.9.2016
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 5.9.2016
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

Royal Courts of Justice
The Strand
WC2A 2LL London
United Kingdom
Telephone: +44 207947600

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authorities shall comply with the requirements of Regulation 86 and 32 of the Public Contracts Regulations 2015.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office
70 Whitehall
SW1A 2AS London
United Kingdom
Internet address: http://www.cabinetoffice.gov.uk

VI.5)Date of dispatch of this notice:
4.8.2016