Forum Admin

  • Posts: 3310
Dover - Cleaning Services
« on: February 12, 2013, 10:32:47 am »
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Dover District Council
White Cliffs Business Park
Contact point(s): East Kent Housing
For the attention of: Susan Hogben
CT16 3PJ Dover
UNITED KINGDOM
Telephone: +44 7771772924
E-mail: susan.hogben@eastkenthousing.org.uk
Fax: +44 1304872325
Internet address(es):
General address of the contracting authority: www.dover.gov.uk
Address of the buyer profile:
http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA7261
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
Regional or local agency/office
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:
Cleaning of General Needs and Sheltered Accommodation.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 14: Building-cleaning services and property management
services
Main site or location of works, place of delivery or of performance: Dover
District Council Area.
NUTS code UK
Produced on 30 January 13 Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500
32911-2013 Xtender Daily Alerts Document No Original Language
30 January 13 EN - English
Page No
2 OJ Ref 21/2013
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 Client wishes to enter into a Partnering Contract with the successful
Service provider for the delivery of cleaning services ("the Works") to
both its general needs housing blocks and sheltered housing accommodation
schemes ("the Sites") throughout the Contract Area.
The successful Service Provider will be required to undertake the Works
within a social housing environment and their employees will be
interacting with people from all walks of life/ages, abilities and
vulnerabilities. Therefore courtesy, politeness and an understanding
approach towards others is essential.
The Client wishes to develop a partnership relationship with the
successful Service Provider with the central aims of partnership focusing
on:
-the maintenance of the communal areas used by the Client's tenants and
leaseholders ("Residents")and maximisation of their satisfaction levels as
a common objective of both the Client and the Service Provider.
-engendering a sense of pride, both within the workforce undertaking the
Works on behalf of the Client as well as Residents, in maintaining and
where appropriate improving upon the general cleanliness of the blocks and
communal environment within which they live and work through the promotion
and encouragement of a pro-active attitude by the Service Provider's
employees delivering the Works.
-the development of positive relationships between the Service Provider
and Rsidents.
Additional services expected from the successful Service Provider, which
must be undertaken in such a way that they do not disrupt/have a negative
effect upon the normal provision of the Works, will include (but not be
limited to) activities such as;
-emergency cleans (dealing with the removal of bodily fluids, human
excrement, deceased animal, animal faeces, sharps and other drug taking
paraphernalia),
-the provision of an adhoc 'cover service' for caretakers and/or wardens
who are on leave, sick or otherwise absent.
The successful Service Provider will be notified of the Client's need for
the above mentioned additional services as and when they are required.
II.1.6) Common procurement vocabulary (CPV)
90910000, 90911000, 90911100, 90911200, 90911300
II.1.7) Information about Government Procurement Agreement (GPA)
Produced on 30 January 13 Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500
32911-2013 Xtender Daily Alerts Document No Original Language
30 January 13 EN - English
Page No
3 OJ Ref 21/2013
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Estimated value excluding VAT: 180 000 GBP
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Starting 1.7.2013. Completion 30.6.2018
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Candidates expressing an interest in this Contract will be required to
provide an undertaking to the Council that in the event of their company
being awarded the Contract they will enter into either a Guarantee Bond
(representing 10% of the estimated contract value) or a Parent Company
Guarantee.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
Delivery Payment
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Any consortium which is awarded this Contract must either form a single
entity before entering into this Contract or each member of the consortium
must be joint and severally liable.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
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: (1) All candidates will be required to produce a certificate or
declaration demonstrating that they are not bankrupt or the subject of an
administration order, are not being wound-up, have not granted a trust
deed, are not the subject of a petition presented for sequestration of
Produced on 30 January 13 Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500
32911-2013 Xtender Daily Alerts Document No Original Language
30 January 13 EN - English
Page No
4 OJ Ref 21/2013
their estate, have not had a receiver, manager or administrator appointed
and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or
declaration demonstrating that the candidate, their directors, or any
other person who has powers of representation, decision or control of the
candidate has not been convicted of conspiracy, corruption, bribery, or
money laundering. Failure to provide such a declaration will result in the
candidate being declared ineligible and they will not be selected to
participate in this procurement process.
(3) All candidates will be required to produce a certificate or
declaration demonstrating that they have not been convicted of a criminal
offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or
declaration demonstrating that they have not committed an act of grave
misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which
they are established, regarding registration on the professional or trade
register.
(6) Any candidate found to be guilty of serious misrepresentation in
providing any information required, may be declared ineligible and not
selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a
member of the relevant organisation, in the State where they are
established, when the law of that State prohibits the provision of the
services, described in this notice, by a person who is not so licensed or
who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or
declaration demonstrating that they have fulfilled obligations relating to
the payment of social security contributions under the law of any part of
the United Kingdom or of the relevant State in which the candidate is
established.
(9) All candidates will be required to produce a certificate or
declaration demonstrating that they have fulfilled obligations relating to
the payment of taxes under the law of any part of the United Kingdom or of
the relevant State in which the economic operator is established.
As detailed within the Pre-qualification questionairre that will be sent
to those candidates expressing an interest in this Contract.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: (1) All candidates will be required to provide a reference from
their bank.
(2) All candidates will be required to provide a statement, covering the 3
previous financial years including the overall turnover of the candidate
and the turnover in respect of the activities which are of a similar type
to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or
Produced on 30 January 13 Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500
32911-2013 Xtender Daily Alerts Document No Original Language
30 January 13 EN - English
Page No
5 OJ Ref 21/2013
extracts from those accounts relating to their business.
As detailed within the Pre-qualification questionairre that will be sent
to those candidates expressing an interest in this Contract.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
(1) A statement of the candidate's average annual number of staff and
managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their
managerial staff; and those of the person(s) who would be responsible for
providing the services or carrying out the work or works under the
contract;
(3) All candidates will be required to provide certification from an
independent body attesting conformity to environmental management
standards in accordance with the Community Eco-Management and Audit Scheme
(EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by
an independent body attesting the compliance of the economic operator with
quality assurance standards based on the relevant European standards.
(5) A statement of the principal goods sold or services provided by the
supplier or the services provider in the past 3 years, detailing the dates
on which the goods were sold or the services provided; the consideration
received; the identity of the person to whom the goods were sold or the
services were provided.
(6) A check may be carried out by the contracting authority or by a
competent official body of the State in which the candidate is
established, to verify the technical capacity of the candidate; and if
relevant, on the candidates study and research facilities and quality
control measures.
(7) An indication of the proportion of the contract which the services
provider intends possibly to subcontract.
(8) A list of works carried out over the past 5 years, detailing the value
of the consideration received; when and where the work or works were
carried out; and whether they were carried out according to the rules of
the trade or profession and properly completed.
As detailed within the Pre-qualification questionairre that will be sent
to those candidates expressing an interest in this Contract.
III.3) Conditions specific to services contracts
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: yes
Produced on 30 January 13 Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500
32911-2013 Xtender Daily Alerts Document No Original Language
30 January 13 EN - English
Page No
6 OJ Ref 21/2013
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
below
1. Price. Weighting 60
2. Quality. Weighting 40
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
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
14.3.2013 - 12:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.3) Additional information
The initial term is for five(5) years wth the opportunity for further
extensions of any duration (exercisable at the sole discretion of the
Client and in agreement with the Service Provider) up to a maximum of two
(2) additional years. In any event the maximum possible duration of the
Partnering Contract will be for seven (7) years.
the Partnering Contract will also contain a no penalty 'walk away' break
clause, subject to three (3) months written notice, exercisable by either
party at anytime following the expiry of hte initial twelve (12) month
period from the commencement of the Term.
The contracting authority considers that this contract may be suitable for
economic operators that are small or medium enterprises (SMEs). However,
any selection of tenderers will be based solely on the criteria set out
for the procurement, and the contract will be awarded on the basis of the
most economically advantageous tender.
(MT Ref:96802)
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Produced on 30 January 13 Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500
32911-2013 Xtender Daily Alerts Document No Original Language
30 January 13 EN - English
Page No
7 OJ Ref 21/2013
Telephone: +44 2079476000
Body responsible for mediation procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with
Part 9, Regulation 47 (Enforcement Obligations) of the Public Contract
Regulations 2006 (as amended)
VI.4.3) Service from which information about the lodging of appeals may
be obtained
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.5) Date of dispatch of this notice:
28.1.2013