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

The Provision of Soft Facilities Management to the LIFT Premises.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Barnsley Metropolitan Borough Council on behalf of itself and the NHS Property Services Ltd
Gateway Plaza, Off Sackville Street
For the attention of: Glyn Stephenson
S70 2RD Barnsley
UNITED KINGDOM
Telephone: +44 1226774371
E-mail:

Internet address(es):

General address of the contracting authority: www.barnsley.gov.uk

Address of the buyer profile: www.yortender.co.uk

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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Provision of Soft Facilities Management to the LIFT Premises.
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
Main site or location of works, place of delivery or of performance: To LIFT premises within the boundaries of Barnsley Borough.

NUTS code UKE

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)
The contract is for a full soft facilities management service to 10 health and social care centres with the Barnsley Borough Area.
The premises will be detailed in the tender document.
The service covers the management and provision of the following services:
a) The management and provision of cleaning, (the premises incorporate minor surgical areas requiring a high intensive sterilizing cleaning).
b) Caretaking/portering.
c) Security (24hour internal and external).
d) Grounds maintenance of areas surrounding the premises.
e) Window cleaning.
f) Fabric, fixture and fittings maintenance (eg. curtains , carpets , chairs etc.).
g) Reception Services.
h) Building Inspection and Management (does not cover building repair and maintenance).
i) Energy and Environmental Management - involves managing energy usage and sustainability of all internal operations within the building.
Barnsley MBC and NHS Property Services reserve the right to modify the services to be provided under the contract.
II.1.6)Common procurement vocabulary (CPV)

79993100, 90911200, 90910000, 90911000, 90911100, 90911300, 98341120, 77314000, 79710000, 98341140, 98340000, 71314000, 71314200, 90710000, 71315000, 71315400, 79992000

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:
The Services are to be provided to the 10 LIFT premises and services will vary form premise to premise.
The contract will commence on the 1.4.2014 with a contract period of 3 years with the option to extend by two further periods of one year each at the employers discertion.
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
Duration in months: 60 (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:
Any such requirements if applicable will be detailed in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Any such requirements if applicable will be detailed in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group bid, each company or firm will be jointly and severally responsible for the due performance of the contract.
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Any such requirements if applicable will be detailed in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Any such requirements if applicable will be detailed in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Any such requirements if applicable will be detailed in the tender documentation.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 4
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:
YORE - 9BQFWQ
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
21.10.2013 - 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
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representatives of Barnsley MBC/NHS Property Services Ltd and NPS Barnsley.

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: The authority will incorporate a minimum 10 day calendar period standstill period (or 15 days if non electronic or fax methods used ) at the point of
information on the award of the contract has not been successfully resolved then the Public Contracts Regulations 2006 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court ( England, Wales and Northern Ireland), any such action must be brought within 3 months generally.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.9.2013