Clean It Up
		UK General Cleaning Forum => General Cleaning Forum => Topic started by: Antony Quinn on August 04, 2011, 03:46:42 pm
		
			
			- 
				thought some people might be interested to see this:  8)
 
 High Value Contract Notices
 
 1. UK-Manchester: office cleaning services previous next online print
 Entry Date: 04/08/2011
 Reference: Not provided
 Type of document: Contract Notice
 Country: United Kingdom
 OJEU Ref: (11/S 148-246709/EN)
 Nature of contract: Service contract
 Procedure: Restricted procedure
 Regulation of procurement: EU - with participation by GPA countries
 Award criteria: Most economic bid
 Type of bid required: Global bid
 CONTRACT NOTICE
 Services
 SECTION I: CONTRACTING AUTHORITY
 
 I.1) NAME, ADDRESSES AND CONTACT POINT(S):
 Willow Park Housing Trust, Property Services Dept., Greenwood Road
 Office, Greenwood Road, Wythenshawe, Attn: R. Mannion, M22 9HD,
 Manchester, UNITED KINGDOM. Tel. +44 1619469150.
 Email:robert.mannion@willow-park.co.uk. Fax. +44 1619982835.
 Internet address(es)
 General address of the contracting authority www.willow-park.co.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
 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:
 Building Cleaning Services at Willow Park Housing Trust Offices.
 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 Various offices around Willow Park Housing Trust Area.
 NUTS code UKD31
 II.1.3) The notice involves: A public contract
 II.1.5) Short description of the contract or purchase(s): Provision of
 high quality cleaning services in the offices of Willow Park housing
 Trust by providing a range of daily and weekly cleaning requirements
 as well as further optional and occcasional services according to
 individual requirements.
 II.1.6) Common procurement vocabulary (CPV): 90919200.
 II.1.7) Contract covered by the Government Procurement Agreement (GPA): Yes
 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: Provision of office cleaning services
 at Willow Park Housing Trust Head Office; Portway Housing Office;
 Property Service Centre; Active Life Style Community Centre; Birch
 Tree Court Community Room; Frank Price Court and Kenneth Collis Court
 Sheltered Accommodation.
 Excluding VAT
 Range between 250 000,00 and 350 000,00 GBP
 II.2.2) Options: No
 II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION:
 Duration in months: 36 (from the award of the contract)
 SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
 
 III.1) CONDITIONS RELATING TO THE CONTRACT:
 
 III.1.2) Main financing conditions and payment arrangements and/or
 reference to the relevant provisions regulating them: Refer to Tender
 Documentation.
 III.1.3) Legal form to be taken by the group of economic operators to
 whom the contract is to be awarded: Refer to Tender Documentation.
 III.1.4) Other particular conditions to which the performance of the
 contract is subject: 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 requirements
 are met: Bidders will be required to submit a completed PQQ (Pre
 Qualification Qustionnaire)which can be obtained from the address in
 Section 1.
 III.2.2) Economic and financial capacity: Information and formalities
 necessary for evaluating if requirements are met: As set out in the
 PQQ.
 Minimum level(s) of standards possibly required As set out in the PQQ.
 III.2.3) Technical capacity: Information and formalities necessary for
 evaluating if requirements are met:
 As set out in the PQQ.
 Minimum level(s) of standards possibly required
 As set out in the PQQ.
 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 5 maximum number 8
 Objective criteria for choosing the limited number of candidates: As
 set out in PQQ.
 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:
 IS/BC/2011
 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 12.9.2011
 Payable documents No
 IV.3.4) Time-limit for receipt of tenders or requests to participate:
 19.9.2011 - 12:00
 IV.3.5) Date of dispatch of invitations to tender or to participate to
 selected candidates: 10.10.2011
 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:
 Contractors should be aware that TUPE may apply on this Contract.
 VI.4) PROCEDURES FOR APPEAL:
 
 VI.4.1) Body responsible for appeal procedures: See V1.4.2 Below,
 VI.4.2) Lodging of appeals: Precise information on deadline(s) for
 lodging appeals: The Contracting Authority will incorporate a minimum
 10 calendar day standstill period at the point information on the
 award of the contract is communicated to the tenderers. The period
 allows the unsuccessful tenderers to seek further debriefing from the
 Contracting Authority before the contract is entered into. Applicants
 have two working days from the notification of the award decision to
 request additional debriefing and the information has to be provided a
 minimum of 3 working days before expiry of the standstill period. Such
 information should be requested from the address in Section 1.1.
 If an appeal regarding the award of the contract has not been
 successfully resolved, the Public Contracts Regulations 2006 (SI2006
 No. 5) provide the aggrieved parties who have been harmed or are at
 risk from harm by a breach of the rules to take action in the High
 Court (England, Wales and Northern Ireland). Any such action must be
 brought promptly (generally within 3 months). Where a contract has not
 been entered into, the Court may order the setting aside of the award
 decision or order the contracting auithorirty to amend any document
 and may award damages. If the contract has been entered into the Court
 may only award damages.
 VI.5) DATE OF DISPATCH OF THIS NOTICE:
 1.8.2011