The supply of Janitorial products.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Rotherham Metropolitan Borough Council
Riverside House, Wing C floor 2 Main Street
Contact point(s): The Procurement Team. Resouces Dept
For the attention of: Andrea Gater
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334188
E-mail:
Fax: +44 1709334190

Internet address(es):

General address of the contracting authority: http://www.rotherham.gov.uk

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0760

Further information can be obtained from: Rotherham Metropolitan Borough Council
Riverside House, Wing C floor 2 Main Street
Contact point(s): The Procurement Team. Resouces Dept
For the attention of: Andrea Gater
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334188
E-mail:
Fax: +44 1709334190
Internet address: http://www.rotherham.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Rotherham Metropolitan Borough Council
Riverside House, Wing C floor 2 Main Street
Contact point(s): The Procurement Team. Resouces Dept
For the attention of: Andrea Gater
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334188
E-mail:
Fax: +44 1709334190
Internet address: http://www.rotherham.gov.uk

Tenders or requests to participate must be sent to: Rotherham Metropolitan Borough Council
Riverside House, Wing C floor 2 Main Street
Contact point(s): Procurement Team, Resources
For the attention of: Andrea Gater
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334188
E-mail:
Fax: +44 1709334190
Internet address: http://www.rotherham.gov.uk

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

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

Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Metropolitan Borough Council, one or more of the other 22 local authorities within the Yorkshire/Humber Region and all other local authorities in the United Kingdom (collectively described in this indicative tender where the context requires as "the Contracting Authorities”) may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The supply of Janitorial products.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Rotherham.

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 a single operator

Duration of the framework agreement

Duration in years: 4

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

Estimated value excluding VAT: 260 GBP
II.1.5)Short description of the contract or purchase(s)
Rotherham Borough Council is seeking expressions of interest from suppliers of Janitorial products.
The anticipated spend is in the region of 260 000 GBP for the full duration of the agreement.
The framework will be awarded initially for a period of one year with the option to extend at the sole discretion of RMBC for a further three 12 month periods, each on a year by year basis.
It is intended for the tender to be awarded to a sole supplier, however if one supplier cannot meet the council's requirements then the tender will be awarded to additional participant(s).
All suppliers who wish to be considered for this tender must register on the SCMS system and electronically complete and upload the pre-tender questionnaire document onto the SCMS system no later than 17:00hrs on Monday 22.10.2012. All pre-tender questionnaires must be returned through the system and will not be accepted by any other means.
II.1.6)Common procurement vocabulary (CPV)

98341130

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: 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:
Rotherham Borough Council is seeking expressions of interest from suppliers of Janitorial products.
The anticipated spend is in the region of 260 000 GBP for the full duration of the agreement.
The framework will be awarded initially for a period of one year with the option to extend at the sole discretion of RMBC for a further three 12 month periods, each on a year by year basis.
It is intended for the tender to be awarded to a sole supplier, however if one supplier cannot meet the council's requirements then the tender will be awarded to additional participant(s).
All suppliers who wish to be considered for this tender must register on the SCMS system and electronically complete and upload the pre-tender questionnaire document onto the SCMS system no later than 17:00hrs on Monday 22.10.2012. All pre-tender questionnaires must be returned through the system and will not be accepted by any other means.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

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: no
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: (1) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register;
(2) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(2) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
Objective criteria for choosing the limited number of candidates: This information will be stated in the invitation to tender documents.
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:
12-027
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
22.10.2012 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
29.10.2012
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
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Metropolitan Borough Council, one or more of the other 22 local authorities within the Yorkshire/Humber Region and all other local authorities in the United Kingdom (collectively described in this indicative tender where the context requires as "the Contracting Authorities”) may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.
Where any of the 22 local authorities within the Yorkshire/ Humber Region or other local authorities in the United Kingdom elects to do so a legally binding contract shall be created between the contractor and that local authority on the terms and conditions contained herein”.

The contracting authorities who will be entitled to call-off orders under the agreement are all of the local authorities in the United Kingdom, details of which can be found in the Municipal Yearbook published by Hemming Information Services, a division of the Hemming Group Limited, whose e-mail address is: .’.

(MT Ref:92535).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Simon Bradley
Riverside House, Main Street
S65 1AE Rotherham
UNITED KINGDOM
E-mail:
Telephone: +44 170934188
Fax: +44 170934118

Body responsible for mediation procedures

Simon Bradley
Riverside House, Main Street
S65 1AE Rotherham
UNITED KINGDOM
E-mail:
Telephone: +44 170934188
Fax: +44 170934188

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Simon Bradley
Riverside House, Main Street
S65 1AE Rotherham
UNITED KINGDOM
E-mail:
Telephone: +44 170934188
Fax: +44 170934188

VI.5)Date of dispatch of this notice:
10.9.2012