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

Bracknell Forest Homes - Cleaning Contract.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Bracknell Forest Homes
Berkshire Court, Western Road, Berkshire
For the attention of: Rebecca Soza - NEAT (Neighbourhood Estate Action Team) Manager
RG12 1RE Bracknell
UNITED KINGDOM
Telephone: +44 1344382942
E-mail:

Internet address(es):

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

Further information can be obtained from: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
Contact point(s): Team 209
RG7 5AL Reading
UNITED KINGDOM
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
Contact point(s): Team 209
RG7 5AL Reading
UNITED KINGDOM
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

Tenders or requests to participate must be sent to: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
Contact point(s): Team 209
RG7 5AL Reading
UNITED KINGDOM
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

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

Bracknell Forest Council
Times Square, Market Street, Bracknell, Berkshire
RG12 1JD Bracknell
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Bracknell Forest Homes - Cleaning Contract.
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: Bracknell

NUTS code UKJ1

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 to communal areas of blocks of flats, including communal window cleaning.
II.1.6)Common procurement vocabulary (CPV)

90911100, 90911300

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: 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 estimated contract value is GBP 552 500. The value is based on GBP 110 500 per annum for 5 years (3 years with a potential 2 one year renewals).
Estimated value excluding VAT: 552 500 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 2
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: General Cleaning
1)Short description
General cleaning of communal areas of blocks of flats.
2)Common procurement vocabulary (CPV)

90911100

3)Quantity or scope
The estimated contract value is GBP 505 000. The value is based on GBP 101 000 per annum for 5 years (3 years with a potential 2 one year renewals).
Estimated value excluding VAT: 505 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Window Cleaning
1)Short description
Communal window cleaning of blocks of flats.
2)Common procurement vocabulary (CPV)

90911300

3)Quantity or scope
The estimated contract value is GBP 5 500. The value is based on GBP 1 100 per annum for 5 years (3 years with a potential 2 one year renewals).
Estimated value excluding VAT: 5 500 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Cleaning of Flats Above Shops
1)Short description
Cleaning of communal areas and communal windows of flats above shops on behalf of the Council.
2)Common procurement vocabulary (CPV)

90911100, 90911300

3)Quantity or scope
The estimated contract value is GBP 42 000. The value is based on GBP 8 400 per annum for 5 years (3 years with a potential 2 one year renewals).
Estimated value excluding VAT: 42 000 GBP
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:
If applicable, details will be set out in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be set out 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:
Individual bidder or joint bid will be considered.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Key Performance Indicators will be required.
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: Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC. The Contracting Authority need not consider any request to participate unless it is accompanied by a completed pre-qualification questionnaire. The questionnaire is available from the address
in Annex A below and must be returned in acoordance with the provisions set out in the pre-qualification questionnaire by the date stipulated at Section IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a prequalification questionnaire consistent with the provisions of Directive 2004/18/EC. The Contracting Authority need not consider any request to participate unless it is accompanied by a completed prequalification questionnaire. The questionnaire is available from the address in Annex A below and must be returned in acoordance with the provisions set out in
the pre-qualification questionnaire by the date stipulated at Section IV.3.4.
Minimum level(s) of standards possibly required: As set out in the pre-qualification questionnaire. In addition to meeting the minimum levels, only the highest scoring 6 applicants will be invited to tender for each Lot.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a prequalification questionnaire consistent with the provisions of Directive 2004/18/EC. The Contracting Authority need not consider any request to participate unless it is accompanied by a completed prequalification questionnaire. The questionnaire is available from the address in Annex A below and must be returned in acoordance with the provisions set out in
the pre-qualification questionnaire by the date stipulated at Section IV.3.4.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire. In addition to meeting the minimum levels, only the highest scoring 6 applicants will be invited to tender for each Lot.
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: 6
Objective criteria for choosing the limited number of candidates: In accordance with the provision of Directive 2004/18/EC. Those meeting minimum standards and scoring the highest overall to place them in the top 6 applicants.
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:
bfh cleaning/2014
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 19.2.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.2.2014 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.3.2014
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

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
Lots 1 and 2 are to be procured by Bracknell Forest Homes for Bracknell Forest Homes. Lot 3 is to be procured by Bracknell Forest Homes on behalf of Bracknell Forest Council.
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 2079477000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32(Information about Contract Award Procedures) Regulation 32A (Standstill Period), Regulation 47 and Regulations 47D to 47N (inclusive) of the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.1.2014