Forum Admin

  • Posts: 3310
Newcastle Under Lyme - Cleaning Services
« on: December 18, 2013, 01:18:55 pm »

Title

United Kingdom-Newcastle-under-Lyme: Cleaning and sanitation services



Publication Date

18 December 2013

OJS Ref

245/2013



Place

NEWCASTLE-UNDER

Country

UK - United Kingdom



Authority Name

NEWCASTLE-UNDER- LYME BOROUGH COUNCIL



Authority Type

Local authorities



Deadline

20 January 2014 @ 17 00

Original Language

EN - English 



Contract

Service contract

Procedure

Restricted procedure



 Document

Contract notice

 Regulation

European Communities, with participation by GPA countries



CPV Codes

90900000 - Cleaning and sanitation services
90910000 - Cleaning services
90911000 - Accommodation, building and window cleaning services
90911200 - Building-cleaning services



NUTS Codes

UKG23 - Stoke-on-Trent




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




Full Details

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Newcastle-under- Lyme Borough Council
Civic Offices, Merrial Street
For the attention of: Julian Lythgoe (Facilities Manager)
ST5 2AG Newcastle-under-Lyme
UNITED KINGDOM
Telephone: +44 1782742368
E-mail: julian.lythgoe@newcastle-staffs.gov.uk
Fax: +44 1782636541
Internet address(es):
General address of the contracting authority: www.newcastle-staffs.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
Regional or local authority
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: yes
The Aspire Group & P.M. Training
The Brampton
ST5 0QW Newcastle-under-Lyme
UNITED KINGDOM
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 14: Building-cleaning services and property management
services
NUTS code UKG23
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)
Newcastle-under-Lyme Borough Council are seeking a service provider to
deliver cleaning services to various sites which include, a leisure
facility, Museum, Crematoria and Cemetery buildings.
These buildings are in various locations within the geographical boundary
within the borough of Newcastle-under-Lyme, Staffordshire.
II.1.6) Common procurement vocabulary (CPV)
90900000, 90910000, 90911000, 90911200
II.1.7) Information about Government Procurement Agreement (GPA)
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:
Quantities and scope of the service are included as part of the PQQ and
Tender Documents. The questionnaire together with supporting information
can be obtained from the following link
www.newcastle-staffs.gov.uk/cleaningcontract
Estimated value excluding VAT:
Range: between 545 000 and 640 000 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
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:
Any information relevant to deposits or guarantees will be contained in
the tender documents.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
No special legal form is required by the grouping of providers but each
provider will be required to become jointly and severally responsible for
the contract before acceptance.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Any Tender may be rejected from a
company/organisation who interalla (a) Is bankrupt or is being wound up,
where his affairs are being administered by the court, where he has
entered into an arrangement with creditors, where he has suspended
business activities or is in any analogous situation arising from a
similar procedure under national laws and regulations. (b) Is the subject
to proceedings for a declaration of bankruptcy, for an order for
compulsory winding up or administration by the court or an arrangement
with creditors or any other similar proceedings under national laws and
regulations. (c) has been convicted by a judgement which has the force of
res judicata in accordance with the legal provisions of the country of any
offence concerning his professional conduct. (d) has been guilty of grave
professional misconduct proven by means which the contracting authorities
can demonstrate. (e) has not fulfilled obligations relating to the payment
of social security contributions in accordance with the legal provisions
of the country in which he is established or with those of the country of
the contracting authority. (f) has not fulfilled obligations relating to
the payment of taxes in accordance with the legal provisions of the
country in which he is established or with those of the country of the
contracting authority. (g) is guilty of a serious misrepresentation in
supplying the information required under this Section or has not supplied
such information. (h) has been the subject of a conviction for
participation in a criminal organisation, as defined in Article 2(1) of
Council Joint Action 98/733/JHA (i) has been the subject of a conviction
for corruption, as defined in article 3 of the Council Act of 26.05.1997
and Article 3(1) of Council Joint Action 98/742/JHA respectively. (j) has
been subject of a conviction for fraud within the meaning of Article 1 of
the Convention relating to the protection of the financial interests of
the European Communities. (k) has been the subject of a conviction for
money laundering, as defined in Article 1 of the Council Directive
91/308/EEC of 10.06.1991 on prevention of the use of the financial system
for the purpose of money laundering, Please refer to Regulation no 23 of
the Public Procurement Regulations 2006 (SI No 5) for additional rejection
criteria (see link).http://www.opsi.gov.uk/si/si2006/20060005.htm
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: Parent organisation guarantees and/or performance bonds may be
required subject to the Council's assessment of the financial status legal
structure and capabilities of the service provider and the risks
associated with the contract.and to assess economic and technical
standards which will be set out in the ITT which must be completed and
returned with the expression of interest (PQQ) no later than 17.00 hours
on the 20/01/2014 and tender if shorlisted on the 17/03/2014. The
questionnaire together with supporting information can be obtained from
the following link www.newcastle-staffs.gov.uk/cleaningcontract
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: Information required from service providers concerning their own
position and to assess economic and financial capacity will be set out in
the tender (PQQ) pack. Completed packs to be returned no later than 17.00
hours on the 20.1.2014.
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 5
Objective criteria for choosing the limited number of candidates: Some
sections of the PQQ involve a numerical scoring system whilst others
require a Pass or Fail decision. If any bidder receives a Fail mark in any
of the sections, they will be eliminated from the next stage of the
process. Further information can be found in the PQQ and tender packs.
IV.1.3) Reduction of the number of operators during the negotiation or
dialogue
Recourse to staged procedure to gradually reduce the number of solutions
to be discussed or tenders to be negotiated no
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:
CCC001.JL:2014
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
20.1.2014 - 17:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
5.2.2014
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
IV.3.8) Conditions for opening of tenders
Date: 18.3.2014 - 12:00
Place:
Newcastle-under-Lyme Borough Council, Civic Offices
Persons authorised to be present at the opening of tenders: no
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
Completion of the PQQ is the first stage in a possible three-stage
process. The PQQ will be analysed and assessed on receipt and the Council
will produce a short-list of applicants. Some sections of the PQQ involve
a numerical scoring system whilst others require a Pass or Fail decision.
If any bidder receives a Fail mark in any of the sections, they will be
eliminated from the next stage of the process. All applicants will be
advised of their status and those short-listed will be advised of the
requirements and timescales of further stages (ITT). Short-listed
applicants will then enter the final stage of the selection process, which
may require them to deliver a presentation or to support a site visit from
the Councils evaluation team to support their tender submission.
The contract period is 1 year plus a possible 1 year extension. The
indicative value in this contract notice is the total budget for a 2 year
contract term i.e. 1 + 1 years.
This contract notice is open for use by The Aspire Group and/or PM
Training.
The indicative value in this contract notice is estimated for the three
parties. Newcastle-under-Lyme's indicative contract value is between 120
000 to 140 000 GBP.
The Aspire Group and/or PM Training indicative contract value 425 000 to
500 000 GBP.
VI.5) Date of dispatch of this notice:
17.12.2013