Market Place > Cleaning Contracts and Business Leads

London: accommodation, building and window cleaning services

(1/1)

Forum Admin:
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): City of Westminster c/o
Enterprise, 33 Tachbrook Street, Attn: Samantha Woolvett, UK-London SW1V
2JR. E-mail: swoolvett@westminster.gov.uk. Fax 020 76 41 30 17.

Internet address(es):
General address of the contracting authority: www.westminster.gov.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:
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:
Contract for the provision of cleaning services.
II.1.2) Type of contract and location of works, place of delivery or of
performance: Services.
Service category: No 14.
NUTS code: UKI.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): Provision of
cleaning services to corporate buildings and associated premises and
social and community services.
II.1.6) Common procurement vocabulary (CPV): 90911000, 90910000.
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: 3 year contract with the option to
extend for upto a further 2 years.
Estimated value excluding VAT:
Range: between 2 000 000 and 3 000 000 GBP.
II.2.2) Options: No.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Starting:
1.1.2010. Completion: 31.12.2015.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required: Parent Company Guarantee may
be required depending upon the Contracting Authority's assessment of the
contractor's financial standing.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions regulating them: As set out in the
invitation to tender documents.
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. any
grouping to whom any contract is awarded must be a body corporate. If a
consortium (which may include subcontractors) a lead contractor is
required. there must be appropriate security for all contractural
obligations.
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: As set out
in the PQQ. Economic operators can formally express interest and lodge a
request to be selected to tender by completing and returning a Pre
Qualification Questionnaire (PQQ) within the timescale set out in IV.3.3.
A PQQ is available free of charge from the address in I.1.
III.2.2) Economic and financial capacity: Information and formalities
necessary for evaluating if requirements are met: As set out in the PQQ
(See III.2.1).
Minimum level(s) of standards possibly required: As set out in the PQQ
(See III.2.1).
III.2.3) Technical capacity: Information and formalities necessary for
evaluating if requirements are met: As set out in the PQQ (See III.2.1).
Minimum level(s) of standards possibly required: As set out in the PQQ
(See III.2.1).
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 the PQQ (See III.2.1).
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.3.2) Previous publication(s) concerning the same contract: No.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
8.1.2009 - 12:00.
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates: 27.2.2009.
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.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures: The High Court, The Royal
Courts of Justice, The Strand, UK-London WC2A 2LL.
VI.5) DATE OF DISPATCH OF THIS NOTICE: 28.11.2008.

Navigation

[0] Message Index

Go to full version