Forum Admin

  • Posts: 3310
Belfast - Office Cleaning Services
« on: April 19, 2011, 09:43:41 am »
SECTION I: CONTRACTING AUTHORITY

I.1) NAME, ADDRESSES AND CONTACT POINT(S)
Department of Finance and Personnel Northern Ireland
Clare House 303 Airport Road West
Attn: Carolyne McArdle
BT3 9ED Belfast
UNITED KINGDOM
E-mail: Carolyne.McArdle@dfpni.gov.uk
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
General public services
The contracting authority is purchasing on behalf of other contracting
authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1) DESCRIPTION
II.1.1) Title attributed to the contract by the contracting authority
Project 5013 Northern Ireland civil service (NICS) cleaning services
contract 2011.
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 Locations throughout Northern Ireland- Contract
is divided into Lots on a geographical basis to allow access to small and
medimum entreprises. Tenderers can bid for one or more lots but must
tender for all buildings within the lot they are tendering for.
NUTS code UKN
II.1.3) The notice involves
A public contract
II.1.5) Short description of the contract or purchase(s)
As per II.2 below.
II.1.6) Common procurement vocabulary (CPV)
90919200, 90911100, 90910000
II.1.7) Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8) Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9) Variants will be accepted
No
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope
The contract is for cleaning services for the buildings occupied by the
Northern Ireland Civil service departments, agencies and non departmental
public bodies listed under section V1.3 (additional information).
Buildings are situated throughout Northern Ireland however have been
grouped on a geographical basis across five Lots. The contract will be for
an initial period of 2 years with one option to extend for a further
period of 2 years.
The successful economic operator shall be required to support the Northern
Ireland Civil Service's economic and social regeneration objectives.
Accordingly, the successful economic operator shall be required to comply
with social and environmental conditions which will be included in the
contract. For example, within each Lot the successful economic operator
shall be required to secure the creation of two work placement
opportunities (lsting 13 weeks) for each year of the contract and will be
required to provide equality and diversity training to staff involved in
the delivery of the contract and offer opporunities for training in
essential skills through accredited training organisations. The successful
Economic operator will also be required to use Cleaning products which
meet the United Kingdom's 'Government Buying Standards' and report on the
use of products on a six monthly basis.
Excluding VAT
Range between 12 000 000 and 16 000 000 GBP
II.2.2) Options
Yes
description of these options: Initial contract period of 2 years with the
option to extend the Contract for a further 2 periods of 12 months each
(subject to annual review). Total duration will be 4 years.
provisional timetable for recourse to these options: in months: 18 (from
the award of the contract)
Number of possible renewals 2
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 24 (from the award of the contract)
INFORMATION ABOUT LOTS
LOT NO: 1
TITLE NICS cleaning services contract 2011 lot 1 (BT1 and BT2)
1) SHORT DESCRIPTION
Contract is divided into 5 lots, this is lot 1 of 5. Tenderers can bid for
one or more lots, however tenderers must complete pricing for each
building within any one Lot.
2) COMMON PROCUREMENT VOCABULARY (CPV)
90919200
5) ADDITIONAL INFORMATION ABOUT LOTS
The Lots cover office buildings in the specified postcode areas BT1 and
BT2 which require cleaning services for those participating bodies listed
in section V1.3. In order to be considered for each Lot tenderers must
tender for all the buildings within the Lot. Tenderers which have not
submitted a price for each building within a Lot will not be considered
for that Lot. If any participating body requires additional cleaning
services during the life of the contract for BT1 or BT2, the service will
be offered to the successful Economic Operator for that Lot.
LOT NO: 2
TITLE NICS cleaning services contract 2011 Lot 2 (BT3 to BT18)
1) SHORT DESCRIPTION
Contract is divided into 5 lots. This is lot 2 of 5. Tenderers can bid for
one or more lots, however tenderers must complete pricing for each
building within any one Lot.
2) COMMON PROCUREMENT VOCABULARY (CPV)
90919200
5) ADDITIONAL INFORMATION ABOUT LOTS
This Lot covers office buildings in the postcode area BT3 to BT18 which
require cleaning services for those participating bodies listed in section
V1.3. In order to be considered for this Lot tenderers must tender for all
the buildings within the Lot. Tenders which have not submitted a price for
each building within this Lot will not be considered. If any participating
body requires additional cleaning services during the life of the contract
within BT3 to BT18, the service will be offered to the successful Economic
Operator for this Lot. Note this Lot excludes the Stormont Area (Including
the Stormont Estate which will be covered by a separate arrangement).
LOT NO: 3
TITLE NICS cleaning services contract 2011 Lot 3 (BT19 to BT35)
1) SHORT DESCRIPTION
Contract is divided into 5 lots, This is lot 3 of 5. Tenderers can bid for
one or more lots, however tenderers must complete pricing for each
building within any one Lot.
2) COMMON PROCUREMENT VOCABULARY (CPV)
90919200
5) ADDITIONAL INFORMATION ABOUT LOTS
This Lot covers office buildings in the postcode area BT19 to BT35 which
require cleaning services for those participating bodies listed in section
V1.3. In order to be considered for this Lot tenderers must tender for all
the buildings within the Lot. Tenders which have not submitted a price for
each building within this Lot will not be considered. If any participating
body requires additional cleaning services during the life of the contract
within BT19 to BT35, the service will be offered to the successful
Economic Operator for this Lot.
LOT NO: 4
TITLE NICS Cleaning services contract 2011 Lot 1 (BT36 to BT57)
1) SHORT DESCRIPTION
Contract is divided into 5 lots, This is lot 4 of 5. Tenderers can bid for
one or more lots, however tenderers must complete pricing for each
building within any one Lot.
2) COMMON PROCUREMENT VOCABULARY (CPV)
90919200
5) ADDITIONAL INFORMATION ABOUT LOTS
This Lot covers office buildings in the postcode area BT36 to BT57 which
require cleaning services for those participating bodies listed in section
V1.3. In order to be considered for this Lot tenderers must tender for all
the buildings within the Lot. Tenderers which have not submitted a price
for each building within this Lot will not be considered. If any
participating body requires additional cleaning services during the life
of the contract within BT35 to BT57, the service will be offered to the
successful Economic Operator for this Lot.
LOT NO: 5
TITLE NICS cleaning services contract 2011 Lot 5 (BT58 to BT94)
1) SHORT DESCRIPTION
Contract is divided into 5 lots, This is lot 5. Tenderers can bid for one
or more lots, however tenderers must complete pricing for each building
within any one Lot.
2) COMMON PROCUREMENT VOCABULARY (CPV)
90919200
5) ADDITIONAL INFORMATION ABOUT LOTS
This Lot covers office buildings in the postcode area BT58 to BT94 which
require cleaning services for those participating bodies listed in section
V1.3. In order to be considered for this Lot tenderers must tender for all
the buildings within the Lot. Tenderers which have not submitted a price
for each building within this Lot will not be considered. If any
participating body requires additional cleaning services during the life
of the contract within BT58 or BT94, the service will be offered to the
successful Economic Operator for this Lot.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded
Further information will be set out in the instructions to tenderers.
Central procurement directorate encourages the use of small and medium
sized operators throughout the supply chain. Any contract awarded shall be
entered into by a single entity.
III.2) CONDITIONS FOR PARTICIPATION
III.2.3) Technical capacity
Minimum level(s) of standards possibly required
Tenderers will be assessed in accordance with Part 4 of the Public
Contracts Regulations 2006 (as amended) on the basis of the information
provided in response to technical capacity. Specifically, tenderers must
hold a valid certificate for ISO 9001 or equivalent.

SECTION IV: PROCEDURE

IV.1) TYPE OF PROCEDURE
IV.1.1) Type of procedure
Open
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.3.1) File reference number attributed by the contracting authority
Project 5013
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 2.6.2011 - 15:00
Payable documents No
IV.3.4) Time-limit for receipt of tenders or requests to participate
9.6.2011 - 15:00
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 days 120 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening tenders
Date: 9.6.2011 - 15:10
Place
Electronic opening via eSourcingNI portal.
Persons authorised to be present at the opening of tenders No

SECTION VI: COMPLEMENTARY INFORMATION

VI.1) THIS IS A RECURRENT PROCUREMENT
Yes
estimated timing for further notices to be published: If options are not
taken contract may be published in 16 months. If options are taken then it
will be republished in 36 months.
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3) ADDITIONAL INFORMATION
Participating bodies for this contract are;
Agricultural Food and Biosciences Institute (AFBI).
Arts Council of Northern Ireland.
Community Relations Council.
Compensation Agency.
Consumer Council.
Criminal Justice Inspectorate.
Department of Agriculture and Rural Development (DARD).
Department for Regional Development (DRD) Core.
Department for Social Development (DSD).
Department of Culture, Arts and leisure (DCAL).
Department of Education (DE).
Department of Employment and Learning (DEL).
Department of Enterprise, Trade and Investment (DETI).
Department of Finance and Personnel (DFP).
Department of Health, Social Services and Public Safety (DHSSPS).
Department of Justice (DOJ).
Department of the Environment (DOE).
DRD Road Service.
Driver and Vehicle Agency Northern Ireland.
Food Standards Agency NI.
Health & Safety Executive For Northern Ireland.
Ilex.
Intertrade Ireland.
Invest Northern Ireland (InvestNI Head Quarters Bedford Street PFI
Contract not included within scope of this Contract).
Labour Relations Agency.
Northern Ireland Audit office (NIAO).
Northern Ireland Authority for Utility Regulation (NIAUR).
Northern Ireland Environmental Agency (NIEA).
Northern Ireland Law Commission.
Northern Ireland Legal Services Commission.
Northern Ireland Ombudsman.
Northern Ireland Screen.
Northern Ireland Tourist Board (NITB).
Office of the First Minister and Deputy First Minister (OFMDFM).
Office of the Industrial Tribunals and The Fair Employment Tribunal.
Planning Service NI.
Prison Ombudsman for Northern ireland.
Probation Board for Northern Ireland.
Social Security Agency - SSA.
Special European Union Programmes Body.
Sports NI.
Ulster Scots Agency.
Waterways Ireland; and.
Youth Justice Agency.
Suppliers instructions how to express interest in this tender~:
1. Register your company on the eSourcing portal (this is only required
once): https://e-sourcingni.bravosolution.co.uk and click the link to
register
— Accept the terms and conditions and click "continue",
— Enter your correct business and user details,
— Note the username you chose and click "save" when complete,
— You will shortly receive an email with your unique password (please keep
this secure).
2. Express an Interest in the tender
— Login to the portal with the username/password,
— Click the "PQQs / ITTs open to all suppliers" link. (these are
pre-qualification questionnaires or invitations to tender open to any
registered supplier),
— Click on the relevant PQQ/ ITT to access the content,
— Click the "express interest" button at the top of the page,
— This will move the PQQ /ITT into your "my PQQs/ my ITTs" page. (This is
a secure area reserved for your projects only),
— You can now access any attachments by clicking "buyer attachments" in
the "PQQ/ ITT Details" box.
3. Responding to the tender
— Click "my response" under "PQQ/ ITT details", you can choose to "create
response" or to "decline to respond" (please give a reason if declining),
— You can now use the "messages" function to communicate with the buyer
and seek any clarification,
— Note the deadline for completion, then follow the onscreen instructions
to complete the PQQ/ ITT,
— There may be a mixture of online & offline actions for you to perform
(there is detailed online help available).
You must then submit your reply using the "submit response" button at the
top of the page. If you require any further assistance please consult the
online help, or contact the eTendering help desk.
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures
See VI.4.2
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Central
Procurement Directorate 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 2006 (SI 2006 No 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 Northern Ireland.
VI.5) DATE OF DISPATCH OF THIS NOTICE:
15.4.2011
CONTRACT NOTICE
Services