Interested In Advertising? | Contact Us Here
Warning!

 

Welcome to Clean It Up; the UK`s largest cleaning forum with over 34,000 members

 

Please login or register to post and reply to topics.      

 

Forgot your password? Click here

Forum Admin

  • Posts: 3310
Birmingham - Accommodation, building and window cleaning
« on: November 09, 2011, 03:04:04 pm »
Section I: Contracting authority

I.1) Name, addresses and contact point(s)
Optima Community Association
St Thomas House, 80 Bell Barn Road
For the attention of: Ian Stokes
B15 2AF Birmingham
UNITED KINGDOM
Telephone: +44 1216873160
E-mail: ids@optima.org.uk
Fax: +44 1216873110
Internet address(es)
General address of the contracting authority http://www.optima.org.uk
Address of the buyer profile
https://cirrus-tenders.co.uk/Home.aspx?Link=[276a1886-f464-4b5d-80be-ac2f90f15943]&ClientStyle=1
Electronic access to information www.cirrustenders.co.uk
Electronic submission of tenders and requests to participate
www.cirrustenders.co.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
Body governed by public law
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: yes
WM Housing Group
Barnsley Hall, Barnsley Hall Road
B61 0TX Bromsgrove
UNITED KINGDOM

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Cleaning & grounds maintenance contract.
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 place of performance: Birmingham, however the contractor may be
required to work across the West Midlands subject to potential future
requirements.
NUTS code UKG31
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)
*** This tender can only be accessed online at www.cirrustenders.co.uk
***.
Please do not contact optima to request tender documentation, log on to
www.cirrustenders.co.uk to access the tender directly.
Optima Community Association is a unique resident lead registered provider
of social housing which was set up by residents, Birmingham City Council
and others with an interest in the area. Optima was established on the 28
June 1999 to receive the voluntary transfer of 3 000 inner city homes from
Birmingham City Council.
Optima Community Association is seeking to appoint a single contractor to
provide the cleaning and grounds maintenance service to the communal areas
of residents’ homes.
The contract will be for an initial 3 year term, with subsequent options
to extend annually in 12 month increments for another 3 years, up to a
maximum 6 years in total.
Contract expenditure is expected to be approximately 800 000 GBP
(excluding VAT) per annum.
Transfer of Undertakings (Protection of Employment) Regulations 2006
(TUPE) is expected to apply.
II.1.6) Common procurement vocabulary (CPV)
90911000, 77314000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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 of optima contract is GBP 800k per year. this contract is
also available to WM Housing Group as part of a planned merger - the value
of potential WM Housing Group expenditure is not known but may double the
expected Optima expenditure.
Estimated total value of purchases for the entire duration of the
framework agreement
Estimated value excluding VAT:
Range: between 2 400 000,00 and 9 600 000,00 GBP
II.2.2) Information about options
Options: yes
Description of these options: Initial 3 year contract with 3 options to
extend by 12 months each up to a maximum 6 years in total.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
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: 72 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded
Any consortium bids by contractors should be structured as a lead
contractor with a nominated supply chain/subcontractor partners.
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: Any supplier may be disqualified who:
(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 of proceedings for a declaration of bankruptcy, for an
order for compulsory winding up or administration by the court or of an
arrangement with creditors or of any other similar proceedings under
national laws and regulations;
(c) has been convicted by a judgment 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 any 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 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 26.5.1972 and Article 3(1) of Council
Joint Action 98/742/JHA3 respectively;
(j) has been the 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 Council Directive 91/308/EEC of 10 June 1991 on prevention
of the use of the financial system for the purpose of money laundering.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: See PQQ.
Minimum level(s) of standards possibly required: See PQQ.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
See PQQ.
Minimum level(s) of standards possibly required
See PQQ.
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 and maximum number 8
Objective criteria for choosing the limited number of candidates: As
stated 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) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
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: 16.12.2011 - 17:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
16.12.2011 - 17:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 3 to 6 years
depending on options to extend this contract.
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
*** this tender can only be accessed online at www.cirrustenders.co.uk
***.
Please do not contact optima to request tender documentation, log on to
www.cirrustenders.co.uk to access the tender directly.
VI.5) Date of dispatch of this notice:
7.11.2011