Market Place > Cleaning Contracts and Business Leads

Bromley: office cleaning services

(1/1)

Forum Admin:
CONTRACT NOTICE
Services

SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): London Borough of Bromley,
Civic Centre, Stockwell Close, Kent, Attn: Karen Stephen, UK-Bromley BR1
3UH. Tel. 020 83 13 40 53. E-mail: karen.stephen@bromley.gov.uk. Fax 020
83 13 49 29.

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-Bromley, Kent: library cleaning services.
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: Bromley Council libraries (14) Kent.
NUTS code: UKJ4.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): Daily and
periodic cleaning of the main library, book holding, computer and reading
areas, customer and public areas, general offices, meeting & reception
rooms, halls, washrooms, toilets and linked spaces. In addition specific
specialist archive and book cleaning.
Office cleaning services.
II.1.6) Common procurement vocabulary (CPV): 90919200.
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: Estimated value excluding VAT: 240 000
GBP.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Starting:
1.4.2009. Completion: 31.3.2012.

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 may be
requested at 10 % of annual value.
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.2.1) 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: (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 May 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 capacity: Information and formalities
necessary for evaluating if requirements are met: (a) appropriate
statements from banks or, where appropriate, evidence of relevant
professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the
balance-sheets, where publication of the balance-sheet is required under
the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where
appropriate, of turnover in the area covered by the contract for a maximum
of the last three financial years available, depending on the date on
which the undertaking was set up or the economic operator started trading,
as far as the information on these turnovers is available.
III.2.3) Technical capacity: Information and formalities necessary for
evaluating if requirements are met: (a) (i) a list of the works carried
out over the past five years, accompanied by certificates of satisfactory
execution for the most important works. These certificates shall indicate
the value, date and site of the works and shall specify whether they were
carried out according to the rules of the trade and properly completed.
Where appropriate, the competent authority shall submit these certificates
to the contracting authority direct;(ii) a list of the principal
deliveries effected or the main services provided in the past three years,
with the sums, dates and recipients, whether public or private, involved.
Evidence of delivery and services provided shall be given: - where the
recipient was a contracting authority, in the form of certificates issued
or countersigned by the competent authority, - where the recipient was a
private purchaser, by the purchaser's certification or, failing this,
simply by a declaration by the economic operator;
(c) a description of the technical facilities and measures used by the
supplier or service provider for ensuring quality and the undertaking's
study and research facilities;
(f) for public works contracts and public services contracts, and only in
appropriate cases, an indication of the environmental management measures
that the economic operator will be able to apply when performing the
contract;
(g) a statement of the average annual manpower of the service provider or
contractor and the number of managerial staff for the last three years;
(i) an indication of the proportion of the contract which the services
provider intends possibly to subcontract;
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: Open.
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.3.3) Conditions for obtaining specifications and additional documents
or descriptive document: Time limit for receipt of requests for documents
or for accessing documents: 7.1.2009 - 17:00.
Payable documents: no.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
26.1.2009 - 12:00.
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: Duration in days: 90 (from the date stated for receipt of tender).
IV.3.8) Conditions for opening tenders: Persons authorised to be present
at the opening of tenders: yes.
Authorised officers of the London Borough of Bromley.

SECTION VI: COMPLEMENTARY INFORMATION
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU
FUNDS: No.
VI.3) ADDITIONAL INFORMATION: Contract may be extended for a period of 1
year at the Council's discretion and subject to satisfactory performance
by the contractor.
GO reference: GO 08121205/01.
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures: Body responsible for
mediation procedures:
DRS-CIArb on behalf of the Chartered Institute of Arbitrators, 12
Bloomsbury Square, UK-London WC1 A 2LP. E-mail: padre@bipsolutions.com.
Tel. 084 52 70 70 55. URL: http://www.bipsolutions.com/.
VI.5) DATE OF DISPATCH OF THIS NOTICE: 12.12.2008

Navigation

[0] Message Index

Go to full version