Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Three Rivers Housing Association
Three Rivers House, Abbeywoods Business Park
For the attention of: Mick Copping
DH1 5TG Durham
UNITED KINGDOM
Telephone: +44 1913882174
E-mail:
Fax: +44 1913871423
Internet address(es):
General address of the contracting authority: http://www.threerivershousing.co.uk
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 authorityOther: Housing Association
I.3)Main activityHousing and community amenities
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Cleaning Contract 2013 - 2015.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: North East England.
NUTS code UKC
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)Cleaning of building interior and exteriors with separate lot for window cleaning.
II.1.6)Common procurement vocabulary (CPV)90000000, 90911200, 90911300
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Cleaning of buildings and window cleaning for Three Rivers HA properties. Building cleaning to be split into 2 lots for North and South Areas. Window cleaning to be separate single lot.
Estimated value excluding VAT:
Range: between 150 000,00 and 200 000,00 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 20 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Building Cleaning1)Short descriptionCleaning of building interiors and exteriors
2)Common procurement vocabulary (CPV)90000000, 90911200, 90911300
3)Quantity or scopeCleaning of TRHA properties throughout North East England
Estimated value excluding VAT:
Range: between 150 000,00 and 200 000,00 GBP
4)Indication about different date for duration of contract or starting/completion Starting 1.7.2013. Completion 31.3.2015
5)Additional information about lotsLot will be sub divided into separate lots for North and South Geographical Areas
Lot No: 2 Lot title: Window Cleaning1)Short descriptionWindow Cleaning
2)Common procurement vocabulary (CPV)90000000, 90911200, 90911300
3)Quantity or scopeCleaning of windows to TRHA properties throughout North East England
Estimated value excluding VAT:
Range: between 20 000,00 and 50 000,00 GBP
4)Indication about different date for duration of contract or starting/completion Starting 1.7.2013. Completion 31.3.2015
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:Monthly payment in arrears.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:TRHA bespoke contract form to be used, sample will be made available for inspection.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Satisfactory execution and attainment of agreed key performance measures.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Contractors are to provide information on membership of relevant trade organisations to be used in selection of tender shortlist.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Contractors will be required to provide information on turnover and audited accounts including Group Company status if applicable.
Minimum level(s) of standards possibly required: Contractors will be assessed on standard accountancy indicators in respect of accounts and value of contract compared to turnover (typically no more than 25% of turnover).
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Membership of relevant trade bodies, previous experience and provision of two referees for whom they have undertaken similar work.
Minimum level(s) of standards possibly required:
Membership of relevant trade bodies. Responses by Referees to be scored as part of overall assessment.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 006: and maximum number 015
Objective criteria for choosing the limited number of candidates: Contractors to be selected on basis of experience (including trade status and technical capacity), financial status, quality/environmental management, insurances, health and safety, equality and diversity as set out in the Pre-Qualification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:3463.
IV.3.2)Previous publication(s) concerning the same contractPrior information notice
Notice number in the OJEU: 2013/S 50-081827 of 12.3.2013
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 10.4.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate12.4.2013
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe 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 proceduresThree Rivers Housing Association
Three Rivers House, Abbeywoods Business Park, Pity Me
DH1 5TG Durham
UNITED KINGDOM
Telephone: +44 1913841122
Internet address: http://www.threeerivershousing.co.uk
Body responsible for mediation procedures
Three Rivers Housing Association
Three Rivers House, Abbeywoods Business Park, Pity Me
DH1 5TG Durham
UNITED KINGDOM
Telephone: +44 1913841122
Internet address: http:///www.threeerivershousing.co.uk
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Appeals to be lodged by 07.06.13 to Three Rivers Housing Association
VI.4.3)Service from which information about the lodging of appeals may be obtainedThree Rivers Housing Association
Three Rivers House, Abbeywoods Business Park, Pity Me
DH1 5TG Durham
UNITED KINGDOM
Telephone: +44 1913841122
Internet address: http://www.threeerivershousing.co.uk
VI.5)Date of dispatch of this notice:18.3.2013