Forum Admin

  • Posts: 3310
Belfast - Window Cleaning Services
« on: November 18, 2013, 10:38:34 am »

Title

United Kingdom-Belfast: Window-cleaning services



Publication Date

14 November 2013

OJS Ref

221/2013



Place

BELFAST

Country

UK - United Kingdom



Authority Name

HELM HOUSING LTD



Authority Type

Body governed by public law



Deadline

13 December 2013 @ 12 00

Original Language

EN - English 



Contract

Service contract
 
Procedure

Restricted procedure



 Document

Contract notice

 Regulation

Not Specified



CPV Codes

90911300 - Window-cleaning services



NUTS Codes

 




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




Full Details

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Helm Housing Ltd
Helm House 38-52 Lisburn Road
For the attention of: Nichola Casey
BT9 6AA Belfast
UNITED KINGDOM
Telephone: +44 2890320485
E-mail: procurement@helmhousing.org
Fax: +44 2890330402
Internet address(es):
General address of the contracting authority: http://www.helmhousing.org
Electronic access to information: http://www.helmhousing.org
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
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:
Window Cleaning Services Ref:AM/WC/13-14.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance:
Northern Ireland.
NUTS code
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 Economic Operator shall provide the following Services:
— Window Cleaning Services, will also include internal cleaning to
communal areas.
— The contract will cover the whole of Northern Ireland and to
approximately to 85 sites.
II.1.6) Common procurement vocabulary (CPV)
90911300
II.1.8) Lots
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:
The contract will be a term service short contract for a maximum of four
years, it is proposed that the contract will include for contractual
breaks on an annual basis. Progression to subsequent years will be subject
to meeting the performance requirements as detailed within the tender
documents. It has a contract estimate of approx GBP 70,000.00 per annum.
Estimated value excluding VAT:
Range: between 250 000 and 350 000 GBP
II.2.2) Information about options
Options: yes
Description of these options: The contract will be a term service short
contract for a maximum of four years, it is proposed that the contract
will include for contractual breaks on an annual basis.
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 3
II.3) Duration of the contract or time limit for completion
Duration in months: 48 (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:
Helm reserve the right to require bonds, deposits, guarentees and other
form of undertaking to secure proper contractual performance.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
The main terms will be detailed in the amended conditions of the form of
contract which will be provided to all bidders invited 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 Contracting
Authority may require parties to commit to joint and several liability in
respect of the contract. Altenatively, the Contracting Authority may
expect the lead operator to take responsibility. The Contracting Authority
may require collateral warrenties, parent company guarantees and/or
performance bonds (as applicable) to be entered into by other Economic
Operators.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Helm may require Parent Company
guarentees and/or Performance Bonds as applicable to be entered into.
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: Conditions for participation in the competition is set out in
detail in the memorandum of information and prequalification
questionnaire. The economic operator and/or members of the consortium must
meet the requirements set out in Regulation 23 of the Public Contracts
Regulations 2006. The memoradum of information and applicable
prequalification questionnaire are available for download from
www.helmhousing.org
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: Evidence must be provided to demonstrate that the Ecomonic
Operator and/or members ofthe consortium have the financial and economic
standing required for the contract, under Regulation 24 of the Public
Contract Regulations
Minimum level(s) of standards possibly required: Comply with the
requirements of the appropriate section in the application
prequalification questionnaire and memorandum of information. The
memoradum of information and applicable prequalification questionnaire are
available for download from www.helmhousing.org
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
Economic Operators and/or members of the consortium are required to
complete the appropriate section in the applicable prequalification
questionnaire (PQQ1) (please refer to the momoradum of information for
further information), as to their techical capacity in accordance with the
provisions of EC Directive 2004/18/EC and in accordance with Regulation 25
of the Public Contracts Regulations 2006. The applicable memorandum of
information and prequalification questionnaire are available for download
from www.helmhousing.org
Minimum level(s) of standards possibly required:
In particular and without prejudice, to the generality of the foregoing
economic operator and/or members of the consortium is required to comply
with the requirements of the applicable memorandum of information and
prequalification questionnaire (PQQ1).
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 6
Objective criteria for choosing the limited number of candidates: The
objective criteria for choosing the limited number of economic operators
(economic and financial standing, technical and professional ability) will
be detailed in the applicable memorandum of information and
prequalification questionnaire, which can be downloaded from
www.helmhousing.org
Where there is a tie for 6th place, then all Economic Operators in 6th
place will be invited to tender. For the purposes of this exercise a tie
for 6th place is deemed to occur where two or more Economic Operators have
identical scores or a score within 5 marks (out of a score of 100) of the
6th place score.
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.3.1) File reference number attributed by the contracting authority:
AM/GM/13-14
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
IV.3.4) Time limit for receipt of tenders or requests to participate
13.12.2013 - 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) 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
All documentation including the memoradum of information and
prequalification questionnaires can be downloaded from www.helmhousing.org
The cost of responding to the prequalification questionnire and any
subsequent invitation to tender and participation in the project will be
bourne soley by each economic operator participating. Economic Operators
should note that Helm reserves the right to cancel this procurement
process at any stage without reason or cost reimbursement. 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.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
The High Court, Royal Courts of Justice
Chichester Street
BT1 3JF Belfast
UNITED KINGDOM
Telephone: +44 2890235111
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 Contract Regulations 2006as
ammended".
VI.4.3) Service from which information about the lodging of appeals may
be obtained
The High Court, Royal Courts of Justice
Chichester Street
BT1 3JF Belfast
UNITED KINGDOM
Telephone: +44 2890235111
Fax: +44 2890313508
VI.5) Date of dispatch of this notice:
13.11.2013