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

Project No. CM40A Framework Agreement for the Clearance of Void Properties, Disposal of Furniture and Associated Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

East Riding of Yorkshire Council
Infrastructure and Facilities, Environment and Neighbourhood Services, County Hall
For the attention of: Jocelyn Watson
HU17 9BA Beverley
UNITED KINGDOM
Telephone: +44 1482395662
E-mail:
Fax: +44 1482395063

Internet address(es):

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

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

Electronic access to information: http://www.yortender.co.uk

Electronic submission of tenders and requests to participate: http://www.yortender.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 authority
Regional or local authority
I.3)Main activity
General public services
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The 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:
Project No. CM40A Framework Agreement for the Clearance of Void Properties, Disposal of Furniture and Associated Services.
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: UK

NUTS code UKE12

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 several operators
maximum number of participants to the framework agreement envisaged: 6

Duration of the framework agreement

Duration in months: 48

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

Estimated value excluding VAT: 780 000 GBP
II.1.5)Short description of the contract or purchase(s)
Framework Agreement for the clearance of void properties and disposal of furniture from accommodation belonging to East Riding of Yorkshire Council. It is intended to include the provision of clearance and cleaning services required to bring void (vacant) properties up to East Riding of Yorkshire Council's required lettable standard both internally and externally in order that they can be re-let to incoming tenants.
II.1.6)Common procurement vocabulary (CPV)

90900000, 45000000, 45100000, 45111220, 77211300, 77211400, 77312000, 77312100, 77340000, 77341000, 77342000, 90920000, 90921000, 90922000, 90923000, 90924000, 45452000, 90600000, 90690000, 90700000, 90000000

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: yes
Tenders may be submitted for all 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:
Framework Agreement for the clearance of void properties and disposal of furniture from accommodation belonging to East Riding of Yorkshire Council. It is intended to include the provision of clearance and cleaning services required to bring void (vacant) properties up to East Riding of Yorkshire Council's required lettable standard both internally and externally in order that they can be re-let to incoming tenants.
Services will include the removal and disposal of property contents, the clearance of gardens and garages, the deep cleaning and removal of furniture and equipment including office furniture, fridges, microwave ovens, settees, lockers, ovens, dish washers, washing machines, driers, televisions, video players, C.D players, cameras, beds and carpets from East Riding of Yorkshire Council properties.
The council proposes to establish a Framework Agreement with several Suppliers in two lots for the provision of the above and associated services. It is intended that the concluded Framework will be for an initial period of two years with an option to extend up to a maximum of four years at the councils' discretion.
The agreement will primarily be for the provision of a range of the above services to be delivered generally within a one, three or five working day period as required by East Riding of Yorkshire Council.
Estimated value excluding VAT: 780 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Annual Options to extend for a further 2 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: The Clearance of Void Properties
1)Short description
The provision of clearance and cleaning services required to bring void (vacant) properties up to East Riding of Yorkshire Council's required lettable standard both internally and externally in order that they can be re-let to incoming tenants.
2)Common procurement vocabulary (CPV)

90911200

3)Quantity or scope
As set out in the tender documents.
Estimated value excluding VAT: 160 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: The Disposal of Furniture and Associated Services
1)Short description
The removal of furniture and equipment including office furniture, fridges, microwave ovens, settees, lockers, ovens, dish washers, washing machines, driers, televisions, video players, C.D players, cameras, beds and carpets from East Riding of Yorkshire Council properties.
2)Common procurement vocabulary (CPV)

90911200

3)Quantity or scope
As set out in the tender documents.
Estimated value excluding VAT: 35 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
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:
As set out in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As set out in the tender documents.
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: As set out in the tender dcouments.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the tender documents.
Minimum level(s) of standards possibly required: As set out in the tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the tender dcouments.
Minimum level(s) of standards possibly required:
As set out in the tender documents.
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: yes
Reference to the relevant law, regulation or administrative provision: As set out in the tender documents.
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: yes

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:
CM40A
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: 21.3.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.3.2014 - 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
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 21.3.2014 - 12:00

Place:

As set out in the tender documents.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: As set out in the tender documents.

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

The Tender documents will be available to download from 7.2.2014, from the YORtender Website at https://www.yortender.co.uk Please follow the link and register using the project reference CM40A as the contract identification number. Further information is available in the instructions to tenderers, the Council reserves the right for one or more central government departments and their agencies, NHS bodies, local authorities, other emergency services, educational establishments and third sector organisations within and neighboring the East Riding of Yorkshire and adjoining Humber Estuary to access the concluded framework without creating any obligation on behalf of any of them to do so. In the event the concluded contractual relationship would be between the individual authority or third sector organisation accessing the framework and the contractor.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

As set out in the tender documents.

Body responsible for mediation procedures

As set out in the tender documents.

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: East Riding of Yorkshire Council will incorporate a standstill period at the point information on the award of the framework is communicated to tenderers. The notification will provide full information on the award decision. The standstill period, which will be a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the framework agreement is entered into.
The Public Contracts Regulations 2006 (SI 2006 No. 5) 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).
VI.4.3)Service from which information about the lodging of appeals may be obtained

As set out in the tender documents.

VI.5)Date of dispatch of this notice:
3.2.2014