Clean It Up
		Market Place => Cleaning Contracts and Business Leads => Topic started by: Forum Admin on January 26, 2009, 09:40:57 am
		
			
			- 
				CONTRACT NOTICE
 Services
 SECTION I: CONTRACTING AUTHORITY
 I.1) NAME, ADDRESSES AND CONTACT POINT(S): Wandsworth Borough Council,
 Room 33, The Town Hall, Wandsworth High Street, Attn: Mr John Dutton, Head
 of Facilities Management Service, UK-London SW18 2PU. Tel. +44 2088717645.
 E-mail: jdutton@wandsworth.gov.uk. Fax +44 2088717798.
 
 Internet address(es):
 General address of the contracting authority: www.wandsworth.gov.uk.
 Address of the buyer profile: http://www.wandsworth.gov.uk/Home/
 CouncilandGovernment/Contracting/default.htm.
 
 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:
 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:
 UK-London: cleaning of windows and other glazing within operational
 buildings.
 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: Inner London - South West.
 NUTS code: UKI11.
 II.1.3) The notice involves: A public contract.
 II.1.5) Short description of the contract or purchase(s): Window-cleaning
 services. Wandsworth Council is inviting suitably qualified and
 experienced contractors to express an interest in being considered for the
 provision of the cleaning of windows and other glazing in the Council's
 operational buildings throughout the Borough, for a period of 5 years with
 a possible further mutually agreed extension for 2 years. The contract
 will commence on 1.10.2009. Suitably experienced and qualified contractors
 may tender for the contract, but the Council will not accept tenders from
 companies who rely upon a sub-contracting arrangement to perform any part
 of the works. The estimated annual value of the contract is 40 000 GBP.
 Short listed contractors will be invited to tender a fixed priced per
 clean for each building included in the contract. The price is then
 multiplied by the frequency to give a price per building per year. The
 annual cost for all buildings is then aggregated to produce an Annual
 Contract Sum. Tenderers are also asked to tender hourly and day works
 rates which can be used to calculate the cost of any additional or ad hoc
 tasks.
 II.1.6) Common procurement vocabulary (CPV): 90911300.
 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: Estimated value excluding VAT: 200 000
 GBP.
 II.2.2) Options: Yes.
 Description of these options: The initial contract will be for a period of
 5 years with a possible further mutually agreed extension for 2 years.
 II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Starting:
 1.10.2009. Completion: 30.9.2014.
 
 SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
 III.1) CONDITIONS RELATING TO THE CONTRACT
 III.1.1) Deposits and guarantees required: A performance bond will not be
 required.
 III.1.3) Legal form to be taken by the group of economic operators to
 whom the contract is to be awarded: Joint and several liability.
 III.1.4) Other particular conditions to which the performance of the
 contract is subject: No.
 III.2) CONDITIONS FOR PARTICIPATION
 III.2.2) Economic and financial capacity: Information and formalities
 necessary for evaluating if requirements are met: Interested parties must
 provide the following with their expression of interest: (a) The full name
 of the company wishing to tender; (b) Copies of audited accounts
 (including group consolidated accounts if the company is part of a group)
 for the last three financial years which should not be more than 18 months
 old; (c) The names and addresses of the company's bankers; (d) Copies of
 your insurance certificate for public liability to a minimum of 5 000 000
 GBP or statements that these will be obtained if awarded the contract.
 Minimum level(s) of standards possibly required: (1) An annual turnover
 equivalent to at least twice the contract value; (2) 3 years of profitable
 financial accounts and suitable insurance cover.
 III.2.3) Technical capacity: Information and formalities necessary for
 evaluating if requirements are met: Interested parties must also provide
 the following with their expression of interest: (a) Company profile,
 including details of management structure, resources, labour force,
 technical and supervisory staff involved directly with carrying out
 similar works; (b) Details of similar contracts carried out over the last
 3 years of a similar scale and technical content; (c) From these details,
 select three contracts that best demonstrate the range and quality of the
 work undertaken and provide the names, full postal addresses and telephone
 numbers of technical referees who are able to provide a reference of the
 applicants competence for each of them; (d) Health & Safety
 Policy/Standing. Provide a copy of the company's latest Health & Safety
 Policy statement, which is produced in accordance with Section 2(3) of the
 Health and Safety at Work Act 1974. This policy must be sufficiently
 detailed to demonstrate relevance to a project of this nature; (e) All
 interested companies should contact the Council to obtain a short
 questionnaire on Equal Opportunities. Contact: Yvonne Fuller on +44
 2088716046 or by email at yfuller@wandsworth.gov.uk . The completed
 questionnaire must be submitted with the expressions of interest; (f) The
 name of the publication in which this advertisement was seen.
 (1) Sound record of health and safety and equal opportunities; (2) Key
 personnel must have good technical knowledge with a minimum of five years
 experience.
 Minimum level(s) of standards possibly required: (1) Sound record of
 health and safety and equal opportunities; (2) Key personnel must have
 good technical knowledge with a minimum of 5 years experience.
 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.
 
 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 number of operators 15
 Objective criteria for choosing the limited number of candidates:
 Selection for inclusion within the tender list will be based on the
 following criteria: (1) Evidence of proven capability to undertake the
 requirements of these contracts; (2) Evidence of ability to deliver to the
 contract standard drawn from references for current and recent contracts
 of a similar size and nature; (3) Key personnel must have good technical
 knowledge with a minimum of 5 years experience; (4) 3 years of profitable
 financial accounts and suitable insurance cover; (5) an annual turnover
 equivalent to at least twice the contract value; (6) Sound record of
 health and safety and equal opportunities.
 It is intended to restrict the tender list to a maximum of 15 companies.
 If more than 15 companies fulfil the criteria for selection, all companies
 will be contacted.
 IV.2) AWARD CRITERIA
 IV.2.1) Award criteria: Lowest price.
 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:
 SAU/CRT/2685.
 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:
 27.2.2009 - 17:00.
 IV.3.5) Date of dispatch of invitations to tender or to participate to
 selected candidates: 9.3.2009.
 IV.3.6) Language(s) in which tenders or requests to participate may be
 drawn up: English.
 
 SECTION VI: COMPLEMENTARY INFORMATION
 VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU
 FUNDS: No.
 VI.3) ADDITIONAL INFORMATION: Applicants are advised that references will
 be taken up in writing with all referees. It is the applicant's
 responsibility to ensure that their referees respond within the time
 scale. The estimated value detailed under section II.2.1 is based on the
 initial 5 year duration of the contract. There may be a possible further 2
 years.
 GO reference: GO 09012141/01.
 VI.4) PROCEDURES FOR APPEAL
 VI.4.2) Lodging of appeals: Precise information on deadline(s) for
 lodging appeals: Wandsworth Council will incorporate a minimum 10 calendar
 day standstill period at the point information on the award of a contract
 is communicated to tenderers. This period allows unsuccessful tenderers to
 seek further debriefing from the Council before the contract is entered
 into. Applicants have 2 working days from the notification of the award
 decision to request additional debriefing and that information has to be
 provided a minimum of 3 working days before the expiry of the standstill
 period. If required such information should be requested from the person
 detailed under 1.1.
 If an appeal regarding the award of a contract has not been successfully
 resolved the Public Contracts Regulations 2006 (SI 2006 N° 5) provide for
 aggrieved parties who have been harmed or are at risk of 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 authority to amend
 any document and may award damages. If the contract has been entered into
 the Court may only award damages. [The purpose of the standstill period
 referred to above is to allow parties to apply to the Courts to set aside
 the award decision before the contract is entered into].
 VI.5) DATE OF DISPATCH OF THIS NOTICE: 21.1.2009.