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

Soha Cleaning Contract 2014.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Soha Housing Ltd
Royal Scot House 99 Station Road Didcot Oxfordshire
For the attention of: Lee Hayward
OX11 7NN Didcot
UNITED KINGDOM
Telephone: +44 1235515972
E-mail:
Fax: +44 1235515945

Internet address(es):

General address of the contracting authority: http://www.soha.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
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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Soha Cleaning Contract 2014.
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: Oxfordshire.

NUTS code UKJ14,UKJ11

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 work included in this Contract is as follows:
- The periodic cleaning of communal windows, doors and Pvcu cladding at Soha's general needs blocks of flats and all communal windows, doors, Pvcu claddings and individual flat windows (extenal only) at Soha's older person sheltered schemes.
- The periodic cleaning of internal communal areas in Soha's general needs blocks of flats and older persons group dwellings.
- The daily communal cleaning and window cleaning of Soha's extra care scheme at Corbetts Way, Thame.
II.1.6)Common procurement vocabulary (CPV)

90911200, 90911300, 90911000

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: 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:
Soha is a registered provider that manages approx 5,500 homes in the South Oxfordshire area and outlying districts including Buckinghamshire, Berkshire and Wiltshire. This Contract combines Soha's 2 existing communal cleaning Contracts and our window cleaning contract into a single contract. The new contract therefore includes for the internal cleaning of communal areas at Soha's general needs blocks of flats and older person sheltered schemes, the cleaning of windows at Soha's general needs blocks of and older person sheltered schemes and the daily cleaning of internal communal areas and windows at Soha's extra care scheme at Corbetts Way, Thame, Oxfordshire.
Estimated value excluding VAT:
Range: between 480 000 and 780 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The range above represents the estimated value of the Contract over an initial term of 3 years. There is provision in the Contract for Soha to extend the Contract term by up to a further 24 months.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Starting 29.11.2014. Completion 28.11.2017

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details of deposits and guarantees required by Soha will be set out in the Pre Qualification Questionnaire and Contract Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Terms of the finance and payment arrangements will be set out in the Pre Qualification Questionnaire and Contract Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Economic Operator must be a single legal entity for he Contracting Authority to Contract with. The majority of the delivery must be by the Economic Operator. The use of Sub Contractors to carry out portions of the work that the Economic Operator does not undertake in the course of their daily business will require the prior written consent of the Contracting Authority.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Economic Operators must be able to demonstrate they have successful relevant current or recent experience of delivering Contracts of a similar size and type.
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: Bidders will be expected to complete the Contracting Authority's Pre Qualification Questionnaire (PQQ) which can be obtianed from the address in secion l.1. Bidders will be excluded from the process if the Company or its Directors or any other person who has powers of representation, decision or control of the Economic Operator has been found guilty of any of the offences set out under the provisions of Regulation 23 of he Public Contracts
Regulations 2006 including crime, corruption, grave or professional misconduct, fraud, money laundering etc.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Bidders will be expected to complete the Contracting Authority's Pre Qualification Questionnaire (PQQ) which can be obtianed from the address in secion l.1. The Economic Operator is also to provide a copy of their latest set of audited accounts which will be assessed in terms of the following:
A. Annual Turnover.
B. Profitability and profit history.
C. Strength of balance sheet and liquidity.
D. Abnormalities or concerns.
Minimum level(s) of standards possibly required: Bidders annual turnover to be in excess of GBP 350,000 per year for past 3 financial years. Bidder to provide a statement of their annual turnover for past 3 years.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Bidders to respond in full to all questions set out in the Contracting Authority's Pre Qualification Questionnaire (PQQ).
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: and maximum number 8
Objective criteria for choosing the limited number of candidates: Financial informaion - pass/ fail. Mandatory and discretionary exclusions - pass/ fail. Conflicts of interest - pass/ fail. Technical information questions weighting 1.6. Equal opportunities - Questions F2 and F3 are pass/ fail questions. Remainingequal opportunities questions weighting 0.1. Quality assurance questions weighting - 0.2. Health and safety - Questions H3 to H6 are pass/ fail questions. Remaining health and safety questions weighting 0.5. Added value- Weighting 0.5.
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
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
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: 26.3.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
26.3.2014 - 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
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
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 Contracting Authority will incorporate a Standstill Period of at least 10 calendar days between the date it gives notice of its decision to award the Contract and the date on which it proposes to conclude the Contract.
The Contracting Authority draws the Economic Operators attention to their rights under the Public Contracts Regulations 2006 under which proceedings may be brought in the High Court.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.2.2014