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

Cleaning Services to Housing Communal Areas and Management Offices.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Friendship Care and Housing
50 Newhall Hill
For the attention of: Neil Ashford
B1 3JN Birmingham
UNITED KINGDOM
Telephone: +44 3001231745
E-mail:

Internet address(es):

General address of the contracting authority: https://www.fch.org.uk/home

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA34769

Electronic access to information: https://www.fch.org.uk/ojeu-notice

Further information can be obtained from: SGN Associates Limited
27 Nelson Close, Staffordshire
For the attention of: Stuart Nicholls
WS14 9FJ Lichfield
UNITED KINGDOM
Telephone: +44 7581207079
E-mail:

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: Friendship Care and Housing
50 Newhall Hill
For the attention of: Jackie Harris
B1 3JN Birmingham
UNITED KINGDOM
Telephone: +44 3001231745
E-mail:
Internet address: https://www.fch.org.uk/home

I.2)Type of the contracting authority
Regional or local authority
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:
Cleaning Services to Housing Communal Areas and Management Offices.
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: East and West Midlands.

NUTS code UK

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)
Internal cleaning to housing communal areas and management offices. External window cleaning to housing communal areas and management offices.
II.1.6)Common procurement vocabulary (CPV)

45452000, 90910000, 90911100, 90911000, 90911200, 90911300, 90919200

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 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:
As set out in the cost model and work schedule in the tender documents.
Estimated value excluding VAT:
Range: between 50 000 and 150 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.4.2016. Completion 31.3.2021

Information about lots

Lot No: 1 Lot title: Internal Cleaning
1)Short description
Internal cleaning to housing communal areas and management offices.
2)Common procurement vocabulary (CPV)

90910000, 90919200, 90911100, 90911200

3)Quantity or scope
As set out in the cost model in the tender documents.
Estimated value excluding VAT:
Range: between 50 000 and 150 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2016. Completion 31.3.2021
5)Additional information about lots
Duration is subject to satisfactory reviews of performance across a range of relevant criteria.
Lot No: 2 Lot title: Window Cleaning
1)Short description
Internal and external window cleaning to housing communal areas and management offices.
2)Common procurement vocabulary (CPV)

90910000, 90911000, 90911300

3)Quantity or scope
As set out in the cost model in the tender documents.
Estimated value excluding VAT:
Range: between 50 000 and 150 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2016. Completion 31.3.2021
5)Additional information about lots
Duration is subject to satisfactory reviews of performance across a range of relevant criteria.

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:
In accordance with the agreed terms and conditions of the main contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
A consortium which is awarded a contract must form a legal entity before entering into the contract.
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Minimum level(s) of standards possibly required: Where a contractor is currently unable to provide evidence of insurances at the required minimum levels, please provide a statement on headed paper, signed by an authorised person, stating that the required insurances at the required minimum levels will be provided before entering into a contract.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(4) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(7) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Minimum level(s) of standards possibly required:
Where a contractor is unable to provide certification drawn up by an independent body attesting compliance with quality assurance standards based on the relevant European standards, please provide a statement on headed paper, signed by an authorised person, stating that the contractor has alternative quality assurance systems and procedures in place and that they will allow their systems to be audited by the Contracting Authority if required.
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
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:
Cleaning Services Tender
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
18.12.2015 - 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
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 4.1.2016 - 10:00

Place:

Friendship offices.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: In 3-5 years time.
VI.2)Information about European Union funds
VI.3)Additional information
(MT Ref:163819).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Friendship Care & Housing
50 Newhall Hill
B1 3JN Birmingham
UNITED KINGDOM
E-mail:
Telephone: +44 3001231745
Internet address: https://www.fch.org.uk/

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will notify contractors where they are excluded from this procurement. The Contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are 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
VI.5)Date of dispatch of this notice:
13.11.2015