Forum Admin

  • Posts: 3310
London Supreme Court - Cleaning Services
« on: September 28, 2012, 12:13:25 pm »
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
The Supreme Court of the United Kingdom (the "Authority")
Parliament Square
For the attention of: Martin Thompson
SW1P 3BD London
UNITED KINGDOM
E-mail: registry@supremecourt.gsi.gov.uk
Internet address(es):
General address of the contracting authority:
http://www.supremecourt.gov.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
Ministry or any other national or federal authority, including their
regional or local sub-divisions
I.3) Main activity
General public services
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.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 16: Sewage and refuse disposal services; sanitation
and similar services
NUTS code UKI11
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 provision of cleaning services at the Authority is currently being
provided under a Ministry of Justice (“MoJ Contract”) contract which is
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 18 September 12
Xtender Daily Alerts Document No 294769-2012 Original Language
18 September 12 EN - English
Page No
OJ Ref 179/2012 2
due to expire on 30.4.2013. The Authority has decided to enter into a
direct contract for the provision of its cleaning services requirements
beyond that date.
The Authority was created through the Constitutional Reform Act 2005 which
required its establishment as an operational entity independent of
Parliament and the Executive, sitting at the apex of the UK’s judicial
systems. The Authority came into existence on 1.10.2009 and replaced the
Appellate Committee of the House of Lords as the highest court in the
United Kingdom. The Authority hears appeals on arguable points of law of
the greatest public importance, for the whole of the United Kingdom in
civil cases, and for England, Wales and Northern Ireland in criminal
cases. A second institution, the Judicial Committee of the Privy Council
(“JCPC”), is co-located in the Authority’s building but its administration
is merged with the Authority. For the avoidance of doubt, the requirements
of JCPC fall within the scope of the Services.
The Authority occupies an approximately 6 600m2 GIA four storey and lower
ground floor Grade II* Listed Building which was opened in 1913 but which
was refurbished between 2007 and 2009 to provide modern fully serviced
accommodation for the Authority. The building is open to the public and,
for example, has a public cafeteria.
The scope of the services which are covered by the contract will be set
out briefly in the pre-qualification questionnaire ("PQQ") and in detail
in the invitation to tender but in outline it includes the performance of
a comprehensive cleaning service through the deployment of the following
counter terrorist checked staff:
— 1 Day cleaner – 8 hours / day Monday to Friday except public holidays,
— 1 Evening supervisor – 3.5 hours / day Monday to Friday except public
holidays,
— 10 evening cleaners – 3 hours / day Monday to Friday except public
holidays.
The services may also involve arranging the disposal of confidential waste
on an ad hoc basis.
II.1.6) Common procurement vocabulary (CPV)
90911200, 90900000, 90910000, 90919200, 90911000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 18 September 12
Xtender Daily Alerts Document No 294769-2012 Original Language
18 September 12 EN - English
Page No
OJ Ref 179/2012 3
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:
Estimated value excluding VAT: 1 750 000,00 GBP
II.2.2) Information about options
Options: yes
Description of these options: The Authority may require a unilateral
option exercisable by the Authority to extend the contract for a maximum
period of up to 12 months on 2 occasions beyond the fixed 60-month term.
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: 84 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
The Authority may require guarantees, contract bonds or other forms of
security acceptable to the Authority. Further information will be provided
in the PQQ.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
Further information will be provided in the invitation to tender.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Subject to the status and involvement of the parties, the Authority may
require parties to commit to joint and several liability in respect of the
contract. Alternatively, the Authority may expect the lead economic
operator to take total responsibility or if a contract is awarded to a
consortium, the Authority may require the consortium to form a legal
entity before entering into the contract. The Authority may require
collateral warranties, parent company guarantees and/or performance bonds
as applicable to be entered into by other involved economic operators.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Further information will be provided
in the invitation to tender.
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 Applicants are required to submit a response to the PQQ in
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 18 September 12
Xtender Daily Alerts Document No 294769-2012 Original Language
18 September 12 EN - English
Page No
OJ Ref 179/2012 4
the form issued by the Authority. The instructions for accessing the PQQ
are detailed in VI.3 (Additional Information).
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: All Applicants are required to submit a response to the PQQ.
Minimum level(s) of standards possibly required: Applicants will be
assessed in accordance with Part 4 of the Public Contracts Regulations
2006, as amended (implementing Title II, Chapter V11, Section 2 of
Directive 2004/18/EC), on the basis of information provided in response to
the PQQ.
The Authority will be taking into account the following:
(1) Evidence of public liability insurance, professional indemnity
insurance and employers' liability insurance. Applicants must have (or, if
successful, will buy the insurance prior to contract award) a minimum
insurance cover of:
— Employers’ liability insurance of at least 5 000 000 GBP,
— Public liability insurance of at least 10 000 000 GBP for each and every
occurrence; and
— Professional indemnity insurance of at least 5 000 000 GBP.
(2) The applicant’s annual turnover is equal to or greater than 750 000,00
GBP in each of the last 2 years.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
All Applicants are required to submit a response to the PQQ.
Minimum level(s) of standards possibly required:
Applicants will be assessed in accordance with Part 4 of the Public
Contracts Regulations 2006, as amended (implementing Title II, Chapter
V11, Section 2 of Directive 2004/18/EC), on the basis of information
provided in response to the PQQ.
The Authority will require that the Applicant has a relevant Health and
Safety Policy and provides training to ensure its workforce has sufficient
skills and understanding of Health and Safety practice.
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
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 18 September 12
Xtender Daily Alerts Document No 294769-2012 Original Language
18 September 12 EN - English
Page No
OJ Ref 179/2012 5
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: The
applicants will be chosen in accordance with the pre-qualification
evaluation exercise as set out in the PQQ.
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
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
22.10.2012 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
10.12.2012
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
The costs of responding to the PQQ and any subsequent invitation to tender
and participation in the procurement will be borne by each applicant.
All discussion and correspondence will be deemed strictly subject to
contract until the formal contract is entered into. The formal contract
shall not be binding until it has been signed and dated by the duly
authorised representatives of both parties.
The dates given in section IV.3 are a best estimate at the time of
despatch.
A PQQ can be obtained only by e-mail request. Applicants must comply with
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 18 September 12
Xtender Daily Alerts Document No 294769-2012 Original Language
18 September 12 EN - English
Page No
OJ Ref 179/2012 6
the following when submitting an e-mail request for a PQQ:
(1) the e-mail is sent for the attention of Martin Thompson;
(2) the name of the procurement (“Cleaning Services Contract Procurement”)
is set out in the subject of the e-mail; and
(3) the e-mail address to which the PQQ should be sent is set out in the
body of the e-mail.
VI.4) Procedures for appeal
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will
incorporate a minimum 10 calendar day standstill period at the point
information on award of the contract is communicated to tenderers.
Applicants who are unsuccessful shall be informed by the Authority as soon
as possible after the decision has been made as to the reasons why the
applicant was unsuccessful. If an appeal regarding the award of the
contract has been successfully resolved the Public Contracts regulations
2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or
are at risk of harm by breach of the rules to take legal action. Any such
action must be brought within the applicable limitation period. 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,
depending on the circumstances, award damages, make a declaration of
ineffectiveness, order the Authority to pay a fine, and/or order that the
duration of the contract be shortened. The purpose of the standstill
period referred to above is to allow the 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:
13.9.2012