Forum Admin

  • Posts: 3310
UK-London: window-cleaning services
« on: January 26, 2009, 09:40:57 am »
CONTRACT NOTICE
Services
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): Wandsworth Borough Council,
Room 33, The Town Hall, Wandsworth High Street, Attn: Mr John Dutton, Head
of Facilities Management Service, UK-London SW18 2PU. Tel. +44 2088717645.
E-mail: jdutton@wandsworth.gov.uk. Fax +44 2088717798.

Internet address(es):
General address of the contracting authority: www.wandsworth.gov.uk.
Address of the buyer profile: http://www.wandsworth.gov.uk/Home/
CouncilandGovernment/Contracting/default.htm.

Further information can be obtained at: As in above-mentioned contact
point(s).
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained at:
As in above-mentioned contact point(s).
Tenders or requests to participate must be sent to: As in above-mentioned
contact point(s).

I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Regional or local authority.
General public services.
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:
UK-London: cleaning of windows and other glazing within operational
buildings.
II.1.2) Type of contract and location of works, place of delivery or of
performance: Services.
Service category: No 14.
Main place of performance: Inner London - South West.
NUTS code: UKI11.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): Window-cleaning
services. Wandsworth Council is inviting suitably qualified and
experienced contractors to express an interest in being considered for the
provision of the cleaning of windows and other glazing in the Council's
operational buildings throughout the Borough, for a period of 5 years with
a possible further mutually agreed extension for 2 years. The contract
will commence on 1.10.2009. Suitably experienced and qualified contractors
may tender for the contract, but the Council will not accept tenders from
companies who rely upon a sub-contracting arrangement to perform any part
of the works. The estimated annual value of the contract is 40 000 GBP.
Short listed contractors will be invited to tender a fixed priced per
clean for each building included in the contract. The price is then
multiplied by the frequency to give a price per building per year. The
annual cost for all buildings is then aggregated to produce an Annual
Contract Sum. Tenderers are also asked to tender hourly and day works
rates which can be used to calculate the cost of any additional or ad hoc
tasks.
II.1.6) Common procurement vocabulary (CPV): 90911300.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
Yes.
II.1.8) Division into lots: No.
II.1.9) Variants will be accepted: No.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope: Estimated value excluding VAT: 200 000
GBP.
II.2.2) Options: Yes.
Description of these options: The initial contract will be for a period of
5 years with a possible further mutually agreed extension for 2 years.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Starting:
1.10.2009. Completion: 30.9.2014.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required: A performance bond will not be
required.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded: Joint and several liability.
III.1.4) Other particular conditions to which the performance of the
contract is subject: No.
III.2) CONDITIONS FOR PARTICIPATION
III.2.2) Economic and financial capacity: Information and formalities
necessary for evaluating if requirements are met: Interested parties must
provide the following with their expression of interest: (a) The full name
of the company wishing to tender; (b) Copies of audited accounts
(including group consolidated accounts if the company is part of a group)
for the last three financial years which should not be more than 18 months
old; (c) The names and addresses of the company's bankers; (d) Copies of
your insurance certificate for public liability to a minimum of 5 000 000
GBP or statements that these will be obtained if awarded the contract.
Minimum level(s) of standards possibly required: (1) An annual turnover
equivalent to at least twice the contract value; (2) 3 years of profitable
financial accounts and suitable insurance cover.
III.2.3) Technical capacity: Information and formalities necessary for
evaluating if requirements are met: Interested parties must also provide
the following with their expression of interest: (a) Company profile,
including details of management structure, resources, labour force,
technical and supervisory staff involved directly with carrying out
similar works; (b) Details of similar contracts carried out over the last
3 years of a similar scale and technical content; (c) From these details,
select three contracts that best demonstrate the range and quality of the
work undertaken and provide the names, full postal addresses and telephone
numbers of technical referees who are able to provide a reference of the
applicants competence for each of them; (d) Health & Safety
Policy/Standing. Provide a copy of the company's latest Health & Safety
Policy statement, which is produced in accordance with Section 2(3) of the
Health and Safety at Work Act 1974. This policy must be sufficiently
detailed to demonstrate relevance to a project of this nature; (e) All
interested companies should contact the Council to obtain a short
questionnaire on Equal Opportunities. Contact: Yvonne Fuller on +44
2088716046 or by email at yfuller@wandsworth.gov.uk . The completed
questionnaire must be submitted with the expressions of interest; (f) The
name of the publication in which this advertisement was seen.
(1) Sound record of health and safety and equal opportunities; (2) Key
personnel must have good technical knowledge with a minimum of five years
experience.
Minimum level(s) of standards possibly required: (1) Sound record of
health and safety and equal opportunities; (2) Key personnel must have
good technical knowledge with a minimum of 5 years experience.
III.2.4) Reserved contracts: No.
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1) Execution of the service is reserved to a particular profession:
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 15
Objective criteria for choosing the limited number of candidates:
Selection for inclusion within the tender list will be based on the
following criteria: (1) Evidence of proven capability to undertake the
requirements of these contracts; (2) Evidence of ability to deliver to the
contract standard drawn from references for current and recent contracts
of a similar size and nature; (3) Key personnel must have good technical
knowledge with a minimum of 5 years experience; (4) 3 years of profitable
financial accounts and suitable insurance cover; (5) an annual turnover
equivalent to at least twice the contract value; (6) Sound record of
health and safety and equal opportunities.
It is intended to restrict the tender list to a maximum of 15 companies.
If more than 15 companies fulfil the criteria for selection, all companies
will be contacted.
IV.2) AWARD CRITERIA
IV.2.1) Award criteria: Lowest price.
IV.2.2) An electronic auction will be used: No.
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) File reference number attributed by the contracting authority:
SAU/CRT/2685.
IV.3.2) Previous publication(s) concerning the same contract: No.
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document: Payable documents: no.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
27.2.2009 - 17:00.
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates: 9.3.2009.
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up: English.

SECTION VI: COMPLEMENTARY INFORMATION
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU
FUNDS: No.
VI.3) ADDITIONAL INFORMATION: Applicants are advised that references will
be taken up in writing with all referees. It is the applicant's
responsibility to ensure that their referees respond within the time
scale. The estimated value detailed under section II.2.1 is based on the
initial 5 year duration of the contract. There may be a possible further 2
years.
GO reference: GO 09012141/01.
VI.4) PROCEDURES FOR APPEAL
VI.4.2) Lodging of appeals: Precise information on deadline(s) for
lodging appeals: Wandsworth Council will incorporate a minimum 10 calendar
day standstill period at the point information on the award of a contract
is communicated to tenderers. This period allows unsuccessful tenderers to
seek further debriefing from the Council before the contract is entered
into. Applicants have 2 working days from the notification of the award
decision to request additional debriefing and that information has to be
provided a minimum of 3 working days before the expiry of the standstill
period. If required such information should be requested from the person
detailed under 1.1.
If an appeal regarding the award of a contract has not been successfully
resolved the Public Contracts Regulations 2006 (SI 2006 N° 5) 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). Any such action must be brought promptly (generally 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 authority to amend
any document and may award damages. If the contract has been entered into
the Court may only award damages. [The purpose of the standstill period
referred to above is to allow parties to apply to the Courts to set aside
the award decision before the contract is entered into].
VI.5) DATE OF DISPATCH OF THIS NOTICE: 21.1.2009.