Forum Admin

  • Posts: 3310
Yorkshire - Building Cleaning
« on: February 13, 2014, 09:56:48 am »

Title

United Kingdom-Poynton: Building-cleaning services



Publication Date

12 February 2014

OJS Ref

30/2014



Place

POYNTON

Country

UK - United Kingdom



Authority Name

JOHNNIE JOHSNSON HOUSING TRUST



Authority Type

Body governed by public law



Deadline

17 March 2014 @ 13 00

Original Language

EN - English 



Contract

Service contract

Procedure

Restricted procedure



 Document

Contract notice

 Regulation

European Communities, with participation by GPA countries



CPV Codes

90911200 - Building-cleaning services
77314000 - Grounds maintenance services
77340000 - Tree pruning and hedge trimming
77342000 - Hedge trimming
77312000 - Weed-clearance services
77312100 - Weed-killing services



NUTS Codes

UKC - NORTH EAST (ENGLAND)
UKD - NORTH WEST (ENGLAND)
UKE - YORKSHIRE AND THE HUMBER




--------------------------------------------------------------------------------




Full Details

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Johnnie Johsnson Housing Trust
Astra House, Spinnners Lane, Cheshire
Contact point(s): Rand Associates Consultancy Services Ltd
For the attention of: David Miller
SK12 1GA Poynton
UNITED KINGDOM
Telephone: +44 1737249475
E-mail: tenders@rand-associates.co.uk
Fax: +44 1737242012
Internet address(es):
General address of the contracting authority: www.jjhousing.co.uk
Further information can be obtained from: Rand Associates Consultancy
Services Ltd
Bell House, 107 Bell Street
For the attention of: David Miller
RH2 7JB Reigate
UNITED KINGDOM
Telephone: +44 1737249475
E-mail: etenders@rand-associates.co.uk
Fax: +44 01737242012
Internet address: http://etenders.rand-associates.co.uk
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: Rand Associates Consultancy Services Ltd
Bell House, 107 Bell Street
For the attention of: David Miller
RH2 7JB Reigate
UNITED KINGDOM
Telephone: +44 1737249475
E-mail: etenders@rand-associates.co.uk
Fax: +44 01737242012
Internet address: http://etenders.rand-associates.co.uk
Tenders or requests to participate must be sent to: Rand Associates
Consultancy Services Ltd
Bell House, 107 Bell Street
For the attention of: David Miller
RH2 7JB Reigate
UNITED KINGDOM
Telephone: +44 1737249475
E-mail: etenders@rand-associates.co.uk
Fax: +44 01737242012
Internet address: http://etenders.rand-associates.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: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Building Cleaning 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:
Various schemes in Merseyside, Lancashire, Greater Manchester, Cheshire,
Yorkshire, County Durham and Northumberland.
NUTS code UKC,UKD,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.1.5) Short description of the contract or purchase(s)
The Contracting Authority owns and manages more than 130 general needs,
sheltered and supported housing schemes in and around Merseyside,
Lancashire, Greater Manchester, Cheshire, Yorkshire, County Durham and
Northumberland. The Contracting Authority's mission is to create strong
and sustainable communities where people flourish and they are committed
to making a positive difference to people's lives.
The quality of the Building Cleaning Services the Contracting Authority
provides is therefore of paramount importance in ensuring customer
satisfaction in the services they deliver. The Contracting Authority are
seeking therefore to appoint Service Provider(s) on a regional basis who
can deliver Building Cleaning Services to the highest possible standards
and can demonstrate to the satisfaction of the Contracting Authority a
proven track record in the delivery of these services.
Service Providers will be required to complete a pre-qualification
questionnaire (PQQ) and the evaluation of this PQQ will establish those
companies that will be permitted to tender. Expressions of interest are
welcome from not only suitable Service Providers but also social
enterprises providing they are able to comply with the minimum levels for
participation as set out herewith and in the PQQ.
The successful Service Provider(s) must be able to show a commitment to
providing effective services that provide value for money to the Trust and
its tenants and customers. The successful Service Provider(s) will need to
have demonstrated a commitment to addressing welfare to work/worklessness,
focussing on the young and long term unemployed on estates. The
Contracting Authority will also be seeking to encourage the Service
Provider(s) to engage with social enterprises in the delivery of services
and will require the successful Service Provider(s) to co-operate with the
Trust in working towards a partnership approach to operating the service
and managing the contracts.
The Contracting Authority is undertaking separate procurement exercises in
respect of the Grounds Maintenance and Window Cleaning requirements for
these schemes.
The proposed contract period will be 5 years commencing on or about the
1.4.2015 and with the option for an extension to this initial period for a
period of up to a further 5 years all subject to provisions for earlier
termination including a break clause and annual renewals based on meeting
and maintaining Key Performance Indicators.
The Contracting Authority reserves the right to withdraw from this
procurement procedure at any time without awarding a contract. Applicants
are to be responsible for all of the costs and expenses they incur as a
result of participating in this procurement process irrespective of
whether the procedure is completed or is abandoned without any
appointment.
II.1.6) Common procurement vocabulary (CPV)
90911200
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:
The Contracting Authority is seeking Service Provider(s) to provide
Building Cleaning Services to their various schemes located in Merseyside,
Lancashire, Greater Manchester, Cheshire, Yorkshire, County Durham and
Northumberland The total property portfolio comprises over 130 general
needs, sheltered, and supported housing schemes although not all of these
units are in receipt of building cleaning services. Full details of all
schemes that receive building cleaning services and which are to be
included in the proposed contract will be provided in the tender
documents. Units and schemes may be added or deleted both prior to tender
and during the contract period in accordance with the Trusts development
and acquisistions/disposals programme.
The proposed scope of the Building Cleaning Services will comprise
comprehensive cleaning of internal common areas including bin/store rooms
and internal communal areas window cleaning with external area litter
picking and cleaning adjacent to communal entrances/exits and litter
picking/cleaning of externally located store and bin areas as specified in
the tender documents. The provision of an “on-demand” out of hours service
will also be required. Further comprehensive details of the scope of
Building Cleaning services will be provided in the tender documents.
Service Provider(s) must be able to show a commitment to providing
effective services that provide value for money. The proposed contract
period will be 5 years commencing on or about the 1.4.2015 and with the
option for an extension to this initial period for a period of up to a
further 5 years all subject to provisions for earlier termination
including a break clause and annual renewals based on meeting and
maintaining Key Performance Indicators.
The Service Provider(s) will be required to provide a customer focused
service and show commitment to providing effective services that provide
value for money to the Contracting Authority and their residents and must
be responsive to achieve collaborative working practises, innovation and
continuous improvement.
TUPE may apply in respect of contractors currently undertaking the
service.
The Contract will be based on the NHF 2011 Form of Contract 2011 (Rev
2:2014) (Estate Services) incorporating aspects of the M3NHF Schedule of
Rates: Estate Services Version 6.2.
Estimated value excluding VAT:
Range: between 2 300 000 and 2 500 000 GBP
II.2.2) Information about options
Options: yes
Description of these options: The Contracting Authority will have the
Option to extend the Contract Period from its initial 5 year term by a
period of up to 5 further years by means of one or more extensions.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)
Information about lots
Lot No: 1
Lot title: North East
1) Short description
The Contracting Authority owns and manage more than 13 schemes requiring
Building Cleaning Services in and around County Durham and Northumberland
The Contracting Authority's mission is to create strong and sustainable
communities where people flourish and they are committed to giving
outstanding service that comes naturally.
2) Common procurement vocabulary (CPV)
77314000, 77340000, 77342000, 77312000, 77312100
3) Quantity or scope
The Contracting Authority is seeking a Service Provider to provide
Building Cleaning Services to their various schemes located in County
Durham and Northumberland (located in the local authority areas of
Alnwick, Berwick on Tweed, Blyth Valley, Castle Morpeth, Chester Le
Street, Gateshead, Newcastle upon Tyne, Northumberland, North Tyneside,
Tynedale and Wansbeck). The total portfolio comprises at least 13 sites in
receipt of Building Cleaning Services. Full details of all schemes that
receive Building Cleaning Services and which are to be included in the
proposed contract will be provided in the tender documents. Units and
schemes may be added or deleted both prior to tender and during the
contract period in accordance with the Contracting Authorities development
and acquisistions/disposals programme.
The proposed scope of the Building Cleaning Services will comprehensive
cleaning of internal common areas including bin/store rooms and internal
communal areas window cleaning with external area litter picking and
cleaning adjacent to communal entrances/exits and litter picking/cleaning
of externally located store and bin areas will be specified in the tender
documents. The provision of an ‘on-demand’ out of hours service will also
be required. Further comprehensive details of the scope of Building
Maintenance services will be provided in the tender documents.
Service Providers must be able to show a commitment to providing effective
services that provide value for money. The proposed contract period will
be 5 years commencing on or about the 1.4.2015 and with the option for an
extension to this initial period for a period of up to a further 5 years
all subject to provisions for earlier termination including a break clause
and annual renewals based on meeting and maintaining Key Performance
Indicators. The range of values shown below allow for anticipated growth
of the Trust's business over the potential period of the resulting
contract..
The Service Provider(s) will be required to provide a customer focused
service and show commitment to providing effective services that provide
value for money to the Trust and their residents and must be responsive to
achieve collaborative working practises, innovation and continuous
improvement.
TUPE may apply in respect of contractors currently undertaking the
service.
The Contract will be based on the NHF 2011 Form of Contract 2011
(Rev2:2014) (Estate Services) incorporating aspects of the M3NHF Schedule
of Rates: Estate Services Version 6.2.
Estimated value excluding VAT:
Range: between 600 000 and 650 000 GBP
Lot No: 2
Lot title: Yorkshire
1) Short description
The Contracting Authority owns and manage more than 11 schemes requiring
Building Cleaning services in and around Yorkshire. The Contracting
Authority's mission is to create strong and sustainable communities where
people flourish and they are committed to giving outstanding service that
comes naturally.
2) Common procurement vocabulary (CPV)
77314000, 77340000, 77312000, 77312100, 77342000
3) Quantity or scope
The Contracting Authority is seeking a Service Provider to provide
Building Cleaning Services to their various schemes located in Yorkshire
and East Midlands (Located in the following Local Authority areas:
Bassetlaw, Bradford, Chesterfield, Doncaster, Kirklees, Nottingham,
Rotherham and Sheffield) The total portfolio comprises more than 11 sites
in receipt of Building Cleaning services. Full details of all schemes that
receive Building Cleaning services and which are to be included in the
proposed contract will be provided in the tender documents. Units and
schemes may be added or deleted both prior to tender and during the
contract period in accordance with the Contracting Authority's development
and acquisistions/disposals programme.
The proposed scope of the Building Cleaning Services will comprise but not
be limited to comprehensive cleaning of internal common areas including
bin/store rooms and internal communal areas window cleaning with external
area litter picking and cleaning adjacent to communal entrances/exits and
litter picking/cleaning of externally located store and bin areas as
included in the tender documents. The provision of an ‘on-demand’ out of
hours service will also be required. Further comprehensive details of the
scope of Building Cleaning services will be provided in the tender
documents.
Service Providers must be able to show a commitment to providing effective
services that provide value for money. The proposed contract period will
be 5 years commencing on or about the 1.4.2015 with the option for an
extension to this initial period for a period of up to a further 5 years
all subject to provisions for earlier termination including a break clause
and annual renewals based on meeting and maintaining Key Performance
Indicators. The range of values shown below allow for anticipated growth
of the Trust's business over the potential period of the resulting
contract.
The Service Provider(s) will be required to provide a customer focused
service and show commitment to providing effective services that provide
value for money to the Trust and their residents and must be responsive to
achieve collaborative working practises, innovation and continuous
improvement.
TUPE may apply in respect of contractors currently undertaking the
service.
The Contract will be based on the NHF 2011 Form of Contract 2011
(Rev2:2014) (Estate Services) incorporating aspects of the M3NHF Schedule
of Rates: Estate Services Version 6.2.
Estimated value excluding VAT:
Range: between 600 000 and 650 000 GBP
Lot No: 3
Lot title: Manchester and Outer Lancashire
1) Short description
The Contracting Authority owns and manage more than 12 schemes requiring
Building Cleaning services in and around Manchester and the North West,
The Contracting Authority's mission is to create strong and sustainable
communities where people flourish and they are committed to giving
outstanding service that comes naturally.
2) Common procurement vocabulary (CPV)
77314000, 77340000, 77312000, 77312100, 77342000
3) Quantity or scope
The Contracting Authority is seeking a Service Provider to provide
Building Cleaning Services to their various schemes located in Manchester
and the North West (Located in the Local Authority areas of: Bury,
Denbighshire, Lancaster City, Liverpool, Manchester, Rochdale, Sefton,
South Lakeland and Trafford), . The total portfolio comprises more than 11
sites in receipt of Building Cleaning services. Full details of all
schemes that receive Building Cleaning services and which are to be
included in the proposed contract will be provided in the tender
documents. Units and schemes may be added or deleted both prior to tender
and during the contract period in accordance with the Trust's development
and acquisistions/disposals programme.
The proposed scope of the Building Cleaning Services will comprise but not
be limited to comprehensive cleaning of internal common areas including
bin/store rooms and internal communal areas window cleaning with external
area litter picking and cleaning adjacent to communal entrances/exits and
litter picking/cleaning of externally located store and bin areas as
specified in the tender documents. The provision of an ‘on-demand’ out of
hours service will also be required. Further comprehensive details of the
scope of Building Cleaning services will be provided in the tender
documents.
Service Providers must be able to show a commitment to providing effective
services that provide value for money. The proposed contract period will
be 5 years commencing on or about the 2nd February 2015and with the option
for an extension to this initial period for a period of up to a further 5
years all subject to provisions for earlier termination including a break
clause and annual renewals based on meeting and maintaining Key
Performance Indicators. The range of values shown below allow for
anticipated growth of the Trust's business over the potential period of
the resulting contract..
The Service Provider(s) will be required to provide a customer focused
service and show commitment to providing effective services that provide
value for money to the Trust and their residents and must be responsive to
achieve collaborative working practises, innovation and continuous
improvement.
TUPE may apply in respect of contractors currently undertaking the
service.
The Contract will be based on the NHF 2011 Form of Contract 2011
(Rev2:2014) (Estate Services) incorporating aspects of the M3NHF Schedule
of Rates: Estate Services Version 6.2.
Estimated value excluding VAT:
Range: between 635 000 and 685 000 GBP
Lot No: 4
Lot title: Stockport
1) Short description
The Contracting Authority owns and manage more than 14 schemes requiring
Building Cleaning services in and around Stockport and the Peak District,
The Contracting Authority's mission is to create strong and sustainable
communities where people flourish and they are committed to giving
outstanding service that comes naturally.
2) Common procurement vocabulary (CPV)
77314000, 77340000, 77312000, 77312100, 77342000
3) Quantity or scope
The Contracting Authority is seeking a Service Provider to provide
Building Cleaning Services to their various schemes located in Stockport
and the Peak District (Located in the Local Authority areas of: High Peak,
Macclesfield and Stockport). The total portfolio comprises more than 12
sites in receipt of Building Cleaning services. Full details of all
schemes that receive Building Cleaning services and which are to be
included in the proposed contract will be provided in the tender
documents. Units and schemes may be added or deleted both prior to tender
and during the contract period in accordance with the Trust's development
and acquisistions/disposals programme.
The proposed scope of the Building Cleaning Services will comprise but not
be limited to comprehensive cleaning of internal common areas including
bin/store rooms and internal communal areas window cleaning with external
area litter picking and cleaning adjacent to communal entrances/exits and
litter picking/cleaning of externally located store and bin areas as
included in the tender documents. The provision of an “on-demand” out of
hours service will also be required. Further comprehensive details of the
scope of Building Cleaning services will be provided in the tender
documents.
Service Providers must be able to show a commitment to providing effective
services that provide value for money. The proposed contract period will
be 5 years commencing on or about the 1.4.2015 and with the option for an
extension to this initial period for a period of up to a further 5 years
all subject to provisions for earlier termination including a break clause
and annual renewals based on meeting and maintaining Key Performance
Indicators. The range of values shown below allow for anticipated growth
of the Trust's business over the potential period of the resulting
contract.
The Service Provider(s) will be required to provide a customer focused
service and show commitment to providing effective services that provide
value for money to the Trust and their residents and must be responsive to
achieve collaborative working practises, innovation and continuous
improvement.
TUPE may apply in respect of contractors currently undertaking the
service.
The Contract will be based on the NHF 2011 Form of Contract 2011
(Rev1:2012) (Estate Services) incorporating aspects of the M3NHF Schedule
of Rates: Estate Services Version 6.1.
Estimated value excluding VAT:
Range: between 310 000 and 340 000 GBP
Lot No: 5
Lot title: Tameside
1) Short description
The Contracting Authority owns and manage more than 4 schemes requiring
Building Cleaning Services in and around Tameside, The Contracting
Authority's mission is to create strong and sustainable communities where
people flourish and they are committed to giving outstanding service that
comes naturally.
2) Common procurement vocabulary (CPV)
77314000, 77340000, 77312000, 77312100, 77342000
3) Quantity or scope
The Contracting Authority is seeking a Service Provider to provide
Building Cleaning Services to their various schemes located in Tameside,
Greater Manchester. The total portfolio comprises more than 4 sites in
receipt of Building Cleaning services. Full details of all schemes that
receive Building Cleaning services and which are to be included in the
proposed contract will be provided in the tender documents. Units and
schemes may be added or deleted both prior to tender and during the
contract period in accordance with the Trust's development and
acquisistions/disposals programme.
The proposed scope of the Building Cleaning Services will comprise but not
be limited to comprehensive cleaning of internal common areas including
bin/store rooms and internal communal areas window cleaning with external
area litter picking and cleaning adjacent to communal entrances/exits and
litter picking/cleaning of externally located store and bin areas as
specified in the tender documents. The provision of an “on-demand” out of
hours service will also be required. Further comprehensive details of the
scope of Building Cleaning services will be provided in the tender
documents.
Service Providers must be able to show a commitment to providing effective
services that provide value for money. The proposed contract period will
be 5 years commencing on or about the 2.2.2015 and with the option for an
extension to this initial period for a period of up to a further 5 years
all subject to provisions for earlier termination including a break clause
and annual renewals based on meeting and maintaining Key Performance
Indicators. The range of values shown below allow for anticipated growth
of the Trust's business over the potential period of the resulting
contract.
The Service Provider(s) will be required to provide a customer focused
service and show commitment to providing effective services that provide
value for money to the Trust and their residents and must be responsive to
achieve collaborative working practises, innovation and continuous
improvement.
TUPE may apply in respect of contractors currently undertaking the
service.
The Contract will be based on the NHF 2011 Form of Contract 2011
(Rev2:2014) (Estate Services) incorporating aspects of the M3NHF Schedule
of Rates: Estate Services Version 6.2.
Estimated value excluding VAT:
Range: between 155 000 and 170 000 GBP
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Any deposits, bonds or guarantees required by the Authority will be 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 detailed 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:
Where Economic Operators intend to form a consortium they may be required
to incorporate a company to form a special purpose vehicle. Economic
Operators forming a consortium will be expected to have joint and several
liability.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details of any conditions will be
set out in the Tender Documents, these may include conditions relating to
environmental and social requirements.
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: All Economic Operators that respond to this notice will receive a
Pre Qualification Questionnaire to be completed requiring financial and
technical capacity data, which can be obtained from the address in Annex
A.11.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: The information and formalities set out in Article 47 of
Directive 2004/18/EC and Regulation 24 Public Contracts Regulations 2006.
These requirements are set out in the questionnaire referred to in 111.2.1
above, which can be obtained from the address in Annex A.11.
The Contracting Authority need not consider any request to participate
unless it is accompanied by a complete questionnaire.
Minimum level(s) of standards possibly required: (if applicable).
These are set out in the questionnaire.
Minimum level(s) of standards possibly required: These are set out in the
questionnaire.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
The information and formalities set out in Article 48 of Directive
2004/18/EC and Regulation 25 Public Contracts Regulations 2006. These
requirements are set out in the questionnaire referred to in 111.2.1 which
can be obtained from the address in Annex A.11.
The Contracting Authority need not consider any request to participate
unless it is accompanied by a complete questionnaire.
Minimum level(s) of standards possibly required:
These are set out in the questionnaire.
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 minimum number 5: and maximum number 15
Objective criteria for choosing the limited number of candidates: Criteria
set out in the PQQ submissions and in accordance with regulations 23(1),
24 and 25 of the Public Contracts Regulations 2006.
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.3.2) 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: 10.3.2014 - 17:30
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
17.3.2014 - 13:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
24.3.2014
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
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
Economic operators are advised that TUPE provisions may apply in respect
of this procurement.
Economic operators who wish to express an interest in and apply for the
contracts must complete and submit the PQQ for this procurement and
provide all supplementary information set out in the PQQ.
eTenders@Rand is Rand Associates Consultancy Services Ltd's e-procurement
portal (the “Portal”) for downloading and uploading PQQs, communicating
requests for and responses to clarification, and downloading/submission of
PQQ/tender documentation.
All expressions of interest, document requests, communications and
submissions must be made via the Portal, which can be accessed at
http://etenders.rand-associates.co.uk. After creating an account on
eTenders@Rand, users will receive an email with a link to activate their
account.
Once activated and logged in, users will need the following code to
register for the PQQ: JJHTBC1.
Economic operators may seek clarification where they consider any part of
the documentation or any other aspect of this procurement is unclear. All
queries and any clarification must be communicated using the secure email
messaging function within the Portal, but to be received no later than
17:30 on 10.3.2014. This will provide an audit trail of all clarification
requests and responses issued. It will not be possible to respond to any
queries received after that stipulated date and time.
It is the economic operators' responsibility to regularly monitor
communications raised and issued through the Portal. Responses to requests
for clarification will be communicated by Rand Associates Consultancy
Services Ltd to all economic operators through the Portal secure email
messaging system. The identity of the economic operator seeking
clarification will not be disclosed to other economic operators.
When uploading PQQ responses, economic operators must be aware of any
speed limitations of their internet connection, system configuration and
general web traffic, etc. as these may impact on the time taken to
complete the transaction. Uploading of submissions must be completed by
the deadline closing date and time. DO NOT wait until too near the closing
time on the return date. The closing deadline for uploading completed PQQ
submissions is 17.3.2014 at 13:00 Please note that the Portal will not
permit PQQ/tender submissions to be uploaded after the closing deadline.
PQQ submission documents will be visible to Johnnie Johnson Housing Trust
and Rand Associates Consultancy Services Ltd only after the closing
deadline.
Should users have any queries, or experience difficulties with the
registration or download/upload system, they should contact the
eTenders@Rand helpdesk by calling +44 1737225077 (ask for Paul Dugdale or
Jonathan Case) or email etenders@rand-associates.co.uk.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting
Authority will incorporate a minimum 10 calendar day standstill period at
the point information on the award of the contract is communicated to
tenderers.
If an appeal regarding the award of a contract has not been successfully
resolved, the Public Contracts Regulations 2006 (SI 2006 No 5) (as
amended) provide for aggrieved parties who have been harmed or are at risk
to take action in the High Court ( England, Wales and Northern Ireland).
Any such action must be brought within 3 months. Where a contract has not
been entered into , the Court may order the setting aside of the award
decision or order the Contracting authority to amend any document and may
award damages. If the Contract has been entered into the Court may only
award damages or, where the contract award procedures have not been
followed correctly, declare the contract to be ‘in effective’.
VI.4.3) Service from which information about the lodging of appeals may
be obtained
ERG Service Desk, Cabinet Office
Roseberry Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
E-mail: servicedesk@cabinet-office.gsi.gov.uk
Telephone: +44 8450004999
VI.5) Date of dispatch of this notice:
9.2.2014