Forum Admin

  • Posts: 3310
Belfast - Accomodation, Building and Window Cleaning Services
« on: November 04, 2010, 12:28:29 pm »
SECTION I: CONTRACTING AUTHORITY

I.1) NAME, ADDRESSES AND CONTACT POINT(S)
Helm Housing Ltd.
Helm House, 38-52 Lisburn Road
Attn: Sharon Massey/Ciaran Andrews
BT9 6AA Belfast
UNITED KINGDOM
Tel. +44 2890320485
E-mail: ecminfo@helmhousing.org
Fax +44 2890330402
Internet address(es)
General address of the contracting authority http://helmhousing.org
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
Body governed by public law
Housing and community amenities
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
Appointment of Contractor for Residential Cleaning Sevices and Refuge
Management.
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 Northern Ireland.
NUTS code UKN
II.1.3) The notice involves
A public contract
II.1.5) Short description of the contract or purchase(s)
The Association wishes to engage a contractor to provide the residential
cleaning services and refuse management of the common areas within its
occupied singles and sheltered dwellings. The schemes comprise of:
properties ranging from one to nine storeys high and properties ranging
from one to seven blocks. The work includes: the cleaning of common areas
(internal and external), cleaning of communal windows (internal and

external), delivery of bins to external collection points and return to
the scheme. (Bins may be either Euro or domestic refuse bins and may be
located internally or externally).
Area 1 includes: North and West Belfast, Belfast City and the council
areas of Antrim, Ballyclare, Ballymena, Carrickfergus, Coleraine and
Newtownabbey. Area 2 includes: South and East Belfast, Belfast City and
the council areas of Ards, Armagh, Banbridge, Castlereagh, Craigavon,
Down, Lisburn, Newry and Mourne and North Down. In PQQ Appendix D specify
which area or both you are applying for.
II.1.6) Common procurement vocabulary (CPV)
90911000, 90511000
II.1.7) Contract covered by the Government Procurement Agreement (GPA)
No
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
Excluding VAT 400 000,00 GBP
II.2.2) Options
No
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 24 (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 Contracting Authority reserves the right to require bonds, deposits,
guarantees or other forms of undertaking or security to secure proper
contractural performance.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions regulating them
Details will be set out in the contract documentation.
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 Contract
Authority may require parties to commit to joint and several liability in
respect of the contract. Alternatively the Contracting Authority may
expect the lead operator to take total responsibility or to require a
consortium to form a legal entity before entering into the contract.
The Contracting Authority may require parent company guarantees and/or
performance bonds as applicable to be entered into by involved economic
operators.
III.1.4) Other particular conditions to which the performance of the
contract is subject
Yes
Details will be set out in the contract documentation.

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 requirements are
met: Conditions for participation in the completion are set out in detail
in the Information Memorandum and Pre-Qualification Questionnaire and
which are available from the email address in Section 1.1.
III.2.2) Economic and financial capacity
Information and formalities necessary for evaluating if requirements are
met: The information and documentation required is set out in the PQQ
which can be obtained from the Contracting Authority's address in Section
1.1. The Contracting Authority need not consider any request to
participate unless it is accompanied by a completed PQQ.
Minimum level(s) of standards possibly required The information and
documentation required is set out in the Pre-Qualification Questionnaire
and Information Memorandum and available from the contact point referred
to above.
In particular and without prejudice to the generality of the foregoing,
the following minimum annual turnover is required for each of the last
three financial years: GBP 300 000 (Area 1- GBP 150 000; Area 2- GBP 150
000 or both- GBP 300 000).
III.2.3) Technical capacity
Information and formalities necessary for evaluating if requirements are
met:
The information and documentation required is set out in the
Pre-Qualification Questionnaire and Information Memorandum and available
from the contact point above.
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
III.3.2) Legal entities 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 6 maximum number 12
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) 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
Time limit for receipt of requests for documents or for accessing
documents 10.12.2010 - 12:00
Payable documents No
IV.3.4) Time-limit for receipt of tenders or requests to participate
10.12.2010 - 12:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.

SECTION VI: COMPLEMENTARY INFORMATION

VI.1) THIS IS A RECURRENT PROCUREMENT
No
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3) ADDITIONAL INFORMATION
The cost of responding to the Pre-Qualification Questionnaire and any
subsequent Invitation to Tender and participation in the procurement
process generally will be borne solely by each economic operator
participating. An Information Memorandum and Pre-Qualification
Questionnaire is available from the contact point referred to in Section 1
above. Economic operators should note that the Contracting Authorities
reserve the right to cancel this procurement process at any stage and not
to award and contract. If the Contracting Authorities decide to enter into
a contract with the successful participant this does not mean that there
is any guarantee of subsequent contracts being awarded. Any expenditure,
work or effort undertaken prior to the contract award is at the sole risk
of the economic operator participating in this procurement process. All
discussion and correspondence will be deemed strictly 'subject to
contract' until a 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 the parties. Interviews may be used as part
of the tendering process at the next stage. Initial contract period is for
two years with possible one year extension subject to quality and
performance.
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures
High Court of Justice (Northern Ireland)
Chichester Street
BT1 3JF Belfast
UNITED KINGDOM
E-mail: adminoffice@courtni.gov.uk
Tel. +44 2890235111
Internet: http://www.courtni.gov.uk

Fax +44 2890313508
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Appeals must be
lodged in accordance with the Public Contracts Regulations 2006 (as
amended).
VI.5) DATE OF DISPATCH OF THIS NOTICE:
1.11.2010