Clean It Up
UK Window Cleaning Forum => Window Cleaning Forum => Topic started by: Majestic on June 19, 2007, 04:58:24 pm
-
Is this any good to any one
Tender: Bournemouth: cleaning services
--------------------------------------------------------------------------------
Print article: Email this article: Post to del.icio.us This was published: 2007-06-19 12:07:17
--------------------------------------------------------------------------------
The deadline for this government tender / public sector contract notice is 23/07/2007
UK-Bournemouth: cleaning services
2007/S 115-141928
CONTRACT NOTICE
Services
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S):
Bournemouth Borough Council, Town Hall, Bourne Avenue, Attn: Cheryl Hadnutt, UK-Bournemouth BH2 6DY. Tel. 01202 458243. E-mail: cheryl.hadnutt@bournemouth.gov.uk. Fax 01202 454889.
Internet address(es):
General address of the contracting authority: www.bournemouth.gov.uk.
Address of the buyer profile: www.bournemouth.gov.uk/business.
Further information can be obtained at: Bournemouth Borough Council, Town Hall, Bourne Avenue, Contact: Strategic Procurement Team, Attn: Georgina Garwood, UK-Bournemouth BH2 6DY. Tel. 01202 458242. E-mail: georgina.garwood@bournemouth.gov.uk. Fax 01202 454889. URL: www.bournemouth.gov.uk.
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:
Regional or local authority.
General public services.
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 and Building Cleaning Contract.
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: UK-Bournemouth, Dorset.
NUTS code: UKK21.
II.1.3) The notice involves:
A public contract.
II.1.4) Information on framework agreement:
II.1.5) Short description of the contract or purchase(s):
Biannual window cleaning of 65 establishments, together with cleaning the buildings of the same establishments daily.
II.1.6) Common procurement vocabulary (CPV):
74700000, 74731000, 74750000, 74760000, 74722000.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
No.
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:
Biannual window cleaning of 65 establishments, together with cleaning the buildings of the same establishments daily.
Estimated value excluding VAT: 1 836 400 GBP.
II.2.2) Options:
No.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION:
Duration in months: 60 (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:
A bond may be required for admitted body status in relation to pensions.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:
Payment will be made 30 days in arrears on receipt at the Council of a monthly VAT invoice.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions to which the performance of the contract is subject:
Yes.
The Transfer of Undertakings (Protection of Employment) Regulations and the Pensions Act 2004 will apply to this contract.
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: Staff working in schools will be required to be checked by the Criminal Records Bureau. For further information on the requirements for this section please see the Council's Vendor Questionnaire, available at www.bournemouth.gov.uk/business/Contracts/show_current.asp, or by telephoning 01202 458243.
III.2.2) Economic and financial capacity:
Information and formalities necessary for evaluating if requirements are met: Please see the Council's Vendor Questionnaire, available at www.bournemouth.gov.uk/business/Contracts/show_current.asp, or by telephoning 01202 458243.
III.2.3) Technical capacity:
Information and formalities necessary for evaluating if requirements are met: Please see the Council's Vendor Questionnaire, available at www.bournemouth.gov.uk/business/Contracts/show_current.asp, or by telephoning 01202 458243.
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:
Objective criteria for choosing the limited number of candidates: Candidates will be selected on the basis of:
- health and safety;
- insurance;
- personnel management;
- financial matters;
- quality assurance;
- comparable service provision.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) AWARD CRITERIA
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated below:
1. Price. Weighting: 40.
2. Compliance with specification. Weighting: 20.
3. Acceptance of conditions. Weighting: 20.
4. Quality. Weighting: 20.
IV.2.2) An electronic auction will be used:
Yes.
The Council reserves the right to conclude the tendering process with an electronic auction. This option may or may not be exercised. If the Council chooses to use an electronic auction, all necessary information shall be supplied to short-listed applicants.
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) File reference number attributed by the contracting authority:
IV.3.2) Previous publication(s) concerning the same contract:
No.
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 20.7.2007 - 16:00.
Payable documents: no.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
23.7.2007 - 16:00.
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
6.8.2007.
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:
IV.3.8) Conditions for opening tenders:
SECTION VI: COMPLEMENTARY INFORMATION
VI.1) THIS IS A RECURRENT PROCUREMENT:
Yes.
Estimated timing for further notices to be published: The contract is anticipated to be re-advertised in a maximum of 5 years.
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS:
No.
VI.3) ADDITIONAL INFORMATION:
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate: envisaged minimum number: 5.
This contract will initially be for a 3-year period, with an option for the Council to extend for a maximum of a further 2 years in yearly increments, subject to satisfactory performance by the contractor.
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures:
VI.4.2) Lodging of appeals:
VI.4.3) Service from which information about the lodging of appeals may be obtained:
VI.5) DATE OF DISPATCH OF THIS NOTICE:
15.6.2007.
Note: