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
Manchester: accommodation cleaning services
« on: June 25, 2009, 10:38:47 am »
CONTRACT NOTICE
Services
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): Harvest Housing Group Ltd,
Apex House, 266 Moseley Road, Levenshulme, Contact: Richard Holliday, Rand
Associates Consultancy Services Ltd, UK-Manchester M19 2LH. Tel. +44
1737249475. E-mail: tenders@rand-associates.co.uk. Fax +44 1737242012.

Internet address(es):
General address of the contracting authority: www.harvesthousing.org.uk.
Further information can be obtained at: Rand Associates Consultancy
Services Ltd, Bell House, 107 Bell Street, Attn: Richard Holliday,
UK-Reigate RH2 7JB. Tel. +44 1737249475. E-mail:
tenders@rand-associates.co.uk. Fax +44 1737242012. URL:
www.rand-associates.co.uk.

Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained at:
Rand Associates Consultancy Services Ltd, Bell House, 107 Bell Street,
Attn: Richard Holliday, UK-Reigate RH2 7JB. Tel. +44 1737249475. E-mail:
tenders@rand-associates.co.uk. Fax +44 1737242012. URL:
www.rand-associates.co.uk.

Tenders or requests to participate must be sent to: Rand Associates
Consultancy Services Ltd, Bell House, 107 Bell Street, Attn: Richard
Holliday, UK-Reigate RH2 7JB. Tel. +44 1737249475. E-mail:
tenders@rand-associates.co.uk. Fax +44 1737242012. URL:
www.rand-associates.co.uk.

I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Body governed by public law.
Housing and community amenities.
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:
Cleaning of Communal Areas to Housing Blocks and Housing Offices where
appropriate.
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: North West of England.
NUTS code: UKD.
II.1.5) Short description of the contract or purchase(s): Harvest Housing
Group is seeking to appoint contractors to provide comprehensive Cleaning
Services to communal areas of the Group’s properties located in North West
England with the exclusion of the Moorlands division based in
Staffordshire. Around 4 000 homes will be included in this procurement.
Interested companies are invited to look at the Group’s website at
www.harvesthousing.org.uk for further information of the Group structure
and their areas of operation.
Tenders are to be invited for Cleaning Services in Lots and the various
Lots will reflect the operational organisations/members of the Group and
their areas which are as follows:
Lot 1: Manchester and District - East comprising approximately 55 schemes
and 1 200 homes.
Lot 2: Manchester and District - West comprising approximately 20 schemes
and 300 homes.
Lot 3: Manchester and District – Crewe, Nantwich and High Peak comprising
approximately 7 schemes and 71 homes.
Lot 4: Manchester and District – Eavesbrook comprising approximately 35
schemes and 800 homes.
Lot 5: Manchester and District – Partington comprising approximately 180
homes on one estate.
Lot 6: Frontis – Birchwood comprising approximately 150 homes on one
estate where not currently provided.
Lot 7: Frontis - Key Worker and Market Rent schemes comprising 8 schemes
and incorporating approximately 700 homes.
Lot 8: Derwent and Solway comprising approximately 60 schemes and 750
homes where mostly not currently provided.
The number of schemes and homes stated above are given as a guide only and
may vary in the tender documentation that is subsequently issued.
Applicants are also advised that the above lots include some Sheltered and
Supported schemes. Lots 6 and 8 are also mainly being tendered as
potential options and a decision on whether these will be awarded will be
made following further resident consultation.
The proposed scope of the communal Cleaning Services will comprise but not
be limited to the comprehensive cleaning of internal common areas (plus
external areas immediately surrounding block entrances) including periodic
deep cleaning, communal area internal and external window cleaning, litter
picking, removal of bulk rubbish, graffiti removal, lamp replacement and
other tasks that will be further defined in the tender documents. There
will also be provision for the tendering of optional additional works and
these will also be specified in the tender documents.
The proposed contract period is for a duration of 5 years with the
provision for the option at the Group’s sole decision for this to be
extended by up to a further 2 years, subject to provisions for earlier
termination and the inclusion of a Break Clause.
There will be limitations on the number of Lots that may be awarded to a
single economic operator and further details will be provided in the
tender documents. Expressions of interest are welcome from not only
suitable contractors but also social enterprises providing they are able
to comply with the minimum levels for participation as set out herewith
and in the pre-qualification questionnaire.
The successful contractors will be required to provide a customer focused
service and show a commitment to providing effective services that provide
value for money to the Group, its tenants and leaseholders. The Group will
also be seeking to encourage contractors to engage with social enterprises
in the delivery of services and will require the successful contractors to
co-operate with the Group in working towards a partnership approach to
operating the service and managing the contract.
The Group reserves the right to withdraw from this procurement procedure
at anytime without awarding a contract. Bidders are to be responsible for
all of the costs and expenses they incur as a result of participating in
this procurement process irrespective of whether the procedure is
completed or is abandoned without any appointments.
II.1.6) Common procurement vocabulary (CPV): 90911100, 90911300,
90511300.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
No.
II.1.8) Division into lots: Yes.
Tenders should be submitted for: one or more lots.
II.1.9) Variants will be accepted: No.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope: The Group envisages that the contracts
will be let for an initial five year term with the Group having the option
to extend this by up to a further period of two years. The estimated value
of the contract over all Lots and over the possible 7 year duration is
anticipated to be in the region of 3 000 000 GBP excluding VAT.
Estimated value excluding VAT: 3 000 000 GBP.
II.2.2) Options: Yes.
Description of these options: The Group will have the option to extend the
initial contract period of 5 years by up to a further period of 2 years.
Provisional timetable for recourse to these options: in months: 60 (from
the award of the contract).
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Duration in
months: 60 (from the award of the contract).

INFORMATION ABOUT LOTS
LOT NO 01
TITLE: Manchester and District - East Area Cleaning of Communal Areas to
Housing Blocks and Housing Offices where appropriate
1) SHORT DESCRIPTION: Harvest Housing Group is seeking to appoint
contractors to provide comprehensive communal Cleaning Services to the
Group’s Manchester and District East Area comprising approximately 55
schemes incorporating 1,200 homes. Interested companies are invited to
look at the Group’s website at www.harvesthousing.org.uk for further
information of the Group structure and their areas of operation.
The number of schemes and homes stated above are given as a guide only and
may vary in the tender documentation that is subsequently issued.
Applicants are also advised that some Sheltered and Supported schemes may
be included within this Lot.
The proposed scope of the communal Cleaning Services will comprise but not
be limited to the comprehensive cleaning of internal common areas (plus
external areas immediately surrounding block entrances) including periodic
deep cleaning, communal area internal and external window cleaning, litter
picking, removal of bulk rubbish, graffiti removal, lamp replacement and
other tasks that will be further defined in the tender documents. There
will also be provision for the tendering of optional additional works and
these will also be specified in the tender documents.
The proposed contract period is for a duration of 5 years with the
provision for the option at the Group’s sole decision for this to be
extended by up to a further 2 years, subject to provisions for earlier
termination and the inclusion of a Break Clause. The estimated value of
this Lot over the possible 7 year duration is anticipated to be in the
region of 200 000 GBP excluding VAT.
There will be limitations on the number of Lots that may be awarded to a
single economic operator and further details will be provided in the
tender documents. Expressions of interest are welcome from not only
suitable contractors but also social enterprises providing they are able
to comply with the minimum levels for participation as set out herewith
and in the pre-qualification questionnaire.
The successful contractors will be required to provide a customer focused
service and show a commitment to providing effective services that provide
value for money to the Group, its tenants and leaseholders. The Group will
also be seeking to encourage contractors to engage with social enterprises
in the delivery of services and will require the successful contractors to
co-operate with the Group in working towards a partnership approach to
operating the service and managing the contract.
The Group reserves the right to withdraw from this procurement procedure
at anytime without awarding a contract. Bidders are to be responsible for
all of the costs and expenses they incur as a result of participating in
this procurement process irrespective of whether the procedure is
completed or is abandoned without any appointments.
2) COMMON PROCUREMENT VOCABULARY (CPV): 90911100, 90911300, 90511300.
3) QUANTITY OR SCOPE: Estimated cost excluding VAT: 200 000 GBP.

LOT NO 02
TITLE: Manchester and District - West Area Cleaning of Communal Areas to
Housing Blocks and Housing Offices where appropriate
1) SHORT DESCRIPTION: Harvest Housing Group is seeking to appoint
contractors to provide comprehensive communal Cleaning Services to the
Group’s Manchester and District West Area comprising approximately 20
schemes incorporating 300 homes. Interested companies are invited to look
at the Group’s website at www.harvesthousing.org.uk for further
information of the Group structure and their areas of operation.
The number of schemes and homes stated above are given as a guide only and
may vary in the tender documentation that is subsequently issued.
Applicants are also advised that some Sheltered and Supported schemes may
be included within this Lot.
The proposed scope of the communal Cleaning Services will comprise but not
be limited to the comprehensive cleaning of internal common areas (plus
external areas immediately surrounding block entrances) including periodic
deep cleaning, communal area internal and external window cleaning, litter
picking, removal of bulk rubbish, graffiti removal, lamp replacement and
other tasks that will be further defined in the tender documents. There
will also be provision for the tendering of optional additional works and
these will also be specified in the tender documents. It should be noted
that Harvest offices are included for window cleaning only.
The proposed contract period is for a duration of 5 years with the
provision for the option at the Group’s sole decision for this to be
extended by up to a further 2 years, subject to provisions for earlier
termination and the inclusion of a Break Clause. The estimated value of
this Lot over the possible 7 year duration is anticipated to be in the
region of 700 GBP excluding VAT.
There will be limitations on the number of Lots that may be awarded to a
single economic operator and further details will be provided in the
tender documents. Expressions of interest are welcome from not only
suitable contractors but also social enterprises providing they are able
to comply with the minimum levels for participation as set out herewith
and in the pre-qualification questionnaire.
The successful contractors will be required to provide a customer focused
service and show a commitment to providing effective services that provide
value for money to the Group, its tenants and leaseholders. The Group will
also be seeking to encourage contractors to engage with social enterprises
in the delivery of services and will require the successful contractors to
co-operate with the Group in working towards a partnership approach to
operating the service and managing the contract.
The Group reserves the right to withdraw from this procurement procedure
at anytime without awarding a contract. Bidders are to be responsible for
all of the costs and expenses they incur as a result of participating in
this procurement process irrespective of whether the procedure is
completed or is abandoned without any appointments.
2) COMMON PROCUREMENT VOCABULARY (CPV): 90911100, 90911300, 90511300.
3) QUANTITY OR SCOPE: Estimated cost excluding VAT: 70 000 GBP.

LOT NO 03
TITLE: Manchester and District – Crewe, Nantwich and High Peak Areas
Cleaning of Communal Areas to Housing Blocks and Housing Offices where
appropriate
1) SHORT DESCRIPTION: Harvest Housing Group is seeking to appoint
contractors to provide comprehensive communal Cleaning Services to the
Group’s Manchester and District – Crewe, Nantwich and High Peak Areas
comprising approx. 7 schemes incorporating 71 homes. Interested companies
are invited to look at the Group’s website at www.harvesthousing.org.uk
for further information of the Group structure and their areas of
operation.
The number of schemes and homes stated above are given as a guide only and
may vary in the tender documentation that is subsequently issued.
Applicants are also advised that some Sheltered and Supported schemes may
be included within this Lot.
The proposed scope of the communal Cleaning Services will comprise but not
be limited to the comprehensive cleaning of internal common areas (plus
external areas immediately surrounding block entrances) including periodic
deep cleaning, communal area internal and external window cleaning, litter
picking, removal of bulk rubbish, graffiti removal, lamp replacement and
other tasks that will be further defined in the tender documents. There
will also be provision for the tendering of optional additional works and
these will also be specified in the tender documents.
The proposed contract period is for a duration of 5 years with the
provision for the option at the Group’s sole decision for this to be
extended by up to a further 2 years, subject to provisions for earlier
termination and the inclusion of a Break Clause. The estimated value of
this Lot over the possible 7 year duration is anticipated to be in the
region of 130 GBP excluding VAT.
There will be limitations on the number of Lots that may be awarded to a
single economic operator and further details will be provided in the
tender documents. Expressions of interest are welcome from not only
suitable contractors but also social enterprises providing they are able
to comply with the minimum levels for participation as set out herewith
and in the pre-qualification questionnaire.
The successful contractors will be required to provide a customer focused
service and show a commitment to providing effective services that provide
value for money to the Group, its tenants and leaseholders. The Group will
also be seeking to encourage contractors to engage with social enterprises
in the delivery of services and will require the successful contractors to
co-operate with the Group in working towards a partnership approach to
operating the service and managing the contract.
The Group reserves the right to withdraw from this procurement procedure
at anytime without awarding a contract. Bidders are to be responsible for
all of the costs and expenses they incur as a result of participating in
this procurement process irrespective of whether the procedure is
completed or is abandoned without any appointments.
2) COMMON PROCUREMENT VOCABULARY (CPV): 90911100, 90911300, 90511300.
3) QUANTITY OR SCOPE: Estimated cost excluding VAT: 13 000 GBP.

LOT NO 04
TITLE: Manchester and District – Eavesbrook Cleaning of Communal Areas to
Housing Blocks and Housing Offices where appropriate
1) SHORT DESCRIPTION: Harvest Housing Group is seeking to appoint
contractors to provide comprehensive communal Cleaning Services to the
Group’s Manchester and District - Eavesbrook area comprising approx. 35
schemes incorporating 800 homes. Interested companies are invited to look
at the Group’s website at www.harvesthousing.org.uk for further
information of the Group structure and their areas of operation.
The number of schemes and homes stated above are given as a guide only and
may vary in the tender documentation that is subsequently issued.
Applicants are also advised that some Sheltered and Supported schemes may
be included within this Lot.
The proposed scope of the communal Cleaning Services will comprise but not
be limited to the comprehensive cleaning of internal common areas (plus
external areas immediately surrounding block entrances) including periodic
deep cleaning, communal area internal and external window cleaning, litter
picking, removal of bulk rubbish, graffiti removal, lamp replacement and
other tasks that will be further defined in the tender documents. There
will also be provision for the tendering of optional additional works and
these will also be specified in the tender documents.
The proposed contract period is for a duration of 5 years with the
provision for the option at the Group’s sole decision for this to be
extended by up to a further 2 years, subject to provisions for earlier
termination and the inclusion of a Break Clause. The estimated value of
this Lot over the possible 7 year duration is anticipated to be in the
region of 1 200 GBP excluding VAT.
There will be limitations on the number of Lots that may be awarded to a
single economic operator and further details will be provided in the
tender documents. Expressions of interest are welcome from not only
suitable contractors but also social enterprises providing they are able
to comply with the minimum levels for participation as set out herewith
and in the pre-qualification questionnaire.
The successful contractors will be required to provide a customer focused
service and show a commitment to providing effective services that provide
value for money to the Group, its tenants and leaseholders. The Group will
also be seeking to encourage contractors to engage with social enterprises
in the delivery of services and will require the successful contractors to
co-operate with the Group in working towards a partnership approach to
operating the service and managing the contract.
The Group reserves the right to withdraw from this procurement procedure
at anytime without awarding a contract. Bidders are to be responsible for
all of the costs and expenses they incur as a result of participating in
this procurement process irrespective of whether the procedure is
completed or is abandoned without any appointments.
2) COMMON PROCUREMENT VOCABULARY (CPV): 90911100, 90911300, 90511300.
3) QUANTITY OR SCOPE: Estimated cost excluding VAT: 120 000 GBP.

LOT NO 05
TITLE: Manchester and District – Partington Cleaning of Communal Areas to
Housing Blocks and Housing Offices where appropriate
1) SHORT DESCRIPTION: Harvest Housing Group is seeking to appoint
contractors to provide comprehensive communal Cleaning Services to the
Group’s Manchester and District - Partington Area comprising approx. 180
homes on one large estate. Interested companies are invited to look at the
Group’s website at www.harvesthousing.org.uk for further information of
the Group structure and their areas of operation.
The number of homes stated above is given as a guide only and may vary in
the tender documentation that is subsequently issued.
The proposed scope of the communal Cleaning Services will comprise but not
be limited to the comprehensive cleaning of internal common areas (plus
external areas immediately surrounding block entrances) including periodic
deep cleaning, communal area internal and external window cleaning, litter
picking, removal of bulk rubbish, graffiti removal, lamp replacement and
other tasks that will be further defined in the tender documents. There
will also be provision for the tendering of optional additional works and
these will also be specified in the tender documents.
The proposed contract period is for a duration of 5 years with the
provision for the option at the Group’s sole decision for this to be
extended by up to a further 2 years, subject to provisions for earlier
termination and the inclusion of a Break Clause. The estimated value of
this Lot over the possible 7 year duration is anticipated to be in the
region of 550 GBP excluding VAT.
There will be limitations on the number of Lots that may be awarded to a
single economic operator and further details will be provided in the
tender documents. Expressions of interest are welcome from not only
suitable contractors but also social enterprises providing they are able
to comply with the minimum levels for participation as set out herewith
and in the pre-qualification questionnaire.
The successful contractors will be required to provide a customer focused
service and show a commitment to providing effective services that provide
value for money to the Group, its tenants and leaseholders. The Group will
also be seeking to encourage contractors to engage with social enterprises
in the delivery of services and will require the successful contractors to
co-operate with the Group in working towards a partnership approach to
operating the service and managing the contract.
The Group reserves the right to withdraw from this procurement procedure
at anytime without awarding a contract. Bidders are to be responsible for
all of the costs and expenses they incur as a result of participating in
this procurement process irrespective of whether the procedure is
completed or is abandoned without any appointments.
2) COMMON PROCUREMENT VOCABULARY (CPV): 90911100, 90911300, 90511300.
3) QUANTITY OR SCOPE: Estimated cost excluding VAT: 55 000 GBP.

LOT NO 06
TITLE: Frontis – Birchwood Cleaning of Communal Areas to Housing Blocks
and Housing Offices where appropriate and where not currently provided
1) SHORT DESCRIPTION: Harvest Housing Group is seeking to appoint
contractors to provide comprehensive communal Cleaning Services to the
Group’s Birchwood estate comprising approx. 150 homes. Interested
companies are invited to look at the Group’s website at
www.harvesthousing.org.uk for further information of the Group structure
and their areas of operation.
The number of homes stated above is given as a guide only and may vary in
the tender documentation that is subsequently issued. Lot 6 is being
tendered as a potential option and a decision on whether this Lot will
ultimately be awarded will be made following further resident consultation
after the tenders have been received.
The proposed scope of the communal Cleaning Services will comprise but not
be limited to the comprehensive cleaning of internal common areas (plus
external areas immediately surrounding block entrances) including periodic
deep cleaning, communal area internal and external window cleaning, litter
picking, removal of bulk rubbish, graffiti removal, lamp replacement and
other tasks that will be further defined in the tender documents. There
will also be provision for the tendering of optional additional works and
these will also be specified in the tender documents.
The proposed contract period is for a duration of 5 years with the
provision for the option at the Group’s sole decision for this to be
extended by up to a further 2 years, subject to provisions for earlier
termination and the inclusion of a Break Clause. The estimated value of
this Lot over the possible 7 year duration is anticipated to be in the
region of 270 GBP excluding VAT.
There will be limitations on the number of Lots that may be awarded to a
single economic operator and further details will be provided in the
tender documents. Expressions of interest are welcome from not only
suitable contractors but also social enterprises providing they are able
to comply with the minimum levels for participation as set out herewith
and in the pre-qualification questionnaire.
The successful contractors will be required to provide a customer focused
service and show a commitment to providing effective services that provide
value for money to the Group, its tenants and leaseholders. The Group will
also be seeking to encourage contractors to engage with social enterprises
in the delivery of services and will require the successful contractors to
co-operate with the Group in working towards a partnership approach to
operating the service and managing the contract.
The Group reserves the right to withdraw from this procurement procedure
at anytime without awarding a contract. Bidders are to be responsible for
all of the costs and expenses they incur as a result of participating in
this procurement process irrespective of whether the procedure is
completed or is abandoned without any appointments.
2) COMMON PROCUREMENT VOCABULARY (CPV): 90911100, 90911300, 90511300.
3) QUANTITY OR SCOPE: Estimated cost excluding VAT: 27 000 GBP.

LOT NO 07
TITLE: Frontis – Key Worker and Market Rent Schemes Cleaning of Communal
Areas and Window Cleaning where appropriate
1) SHORT DESCRIPTION: Harvest Housing Group is seeking to appoint
contractors to provide comprehensive communal Cleaning Services to 6 Key
Worker and Market Rent Schemes incorporating approx. 220 homes and Window
Cleaning to 8 schemes incorporating approx. 570 homes. Interested
companies are invited to look at the Group’s website at
www.harvesthousing.org.uk for further information of the Group structure
and their areas of operation.
The number of homes stated above is given as a guide only and may vary in
the tender documentation that is subsequently issued.
The proposed scope of the communal Cleaning Services will comprise but not
be limited to the comprehensive cleaning of internal common areas (plus
external areas immediately surrounding block entrances) including periodic
deep cleaning, communal area internal and external window cleaning, litter
picking, removal of bulk rubbish, graffiti removal, lamp replacement and
other tasks that will be further defined in the tender documents. There
will also be provision for the tendering of optional additional works and
these will also be specified in the tender documents.
The proposed contract period is for a duration of 5 years with the
provision for the option at the Group’s sole decision for this to be
extended by up to a further 2 years, subject to provisions for earlier
termination and the inclusion of a Break Clause. The estimated value of
this Lot over the possible 7 year duration is anticipated to be in the
region of 200 GBP excluding VAT.
There will be limitations on the number of Lots that may be awarded to a
single economic operator and further details will be provided in the
tender documents. Expressions of interest are welcome from not only
suitable contractors but also social enterprises providing they are able
to comply with the minimum levels for participation as set out herewith
and in the pre-qualification questionnaire.
The successful contractors will be required to provide a customer focused
service and show a commitment to providing effective services that provide
value for money to the Group, its tenants and leaseholders. The Group will
also be seeking to encourage contractors to engage with social enterprises
in the delivery of services and will require the successful contractors to
co-operate with the Group in working towards a partnership approach to
operating the service and managing the contract.
The Group reserves the right to withdraw from this procurement procedure
at anytime without awarding a contract. Bidders are to be responsible for
all of the costs and expenses they incur as a result of participating in
this procurement process irrespective of whether the procedure is
completed or is abandoned without any appointments.
2) COMMON PROCUREMENT VOCABULARY (CPV): 90911100, 90911300, 90511300.
3) QUANTITY OR SCOPE: Estimated cost excluding VAT: 20 000 GBP.

LOT NO 08
TITLE: Derwent and Solway - Cleaning of Communal Areas to Housing Blocks
and Housing Offices where appropriate
1) SHORT DESCRIPTION: Harvest Housing Group is considering the
appointment of a contractor to provide comprehensive Cleaning Services
where not currently provided to the Group’s Derwent and Solway area
comprising approx. 60 schemes incorporating 750 homes . Interested
companies are invited to look at the Group’s website at
www.harvesthousing.org.uk for further information of the Group structure
and their areas of operation.
The number of schemes and homes stated above are given as a guide only and
may vary in the tender documentation that is subsequently issued. Lot 8 is
being tendered as a potential option and a decision on whether this Lot
will ultimately be awarded will be made following further resident
consultation after the tenders have been received.
The proposed scope of the Cleaning Services will comprise but not be
limited to the comprehensive cleaning of internal common areas (plus
external areas immediately surrounding block entrances) including periodic
deep cleaning, communal area internal and external window cleaning, litter
picking, removal of bulk rubbish, graffiti removal, lamp replacement and
other tasks that will be further defined in the tender documents. There
will also be provision for the tendering of optional additional works and
these will also be specified in the tender documents.
The proposed contract period is for a duration of 5 years with the
provision for the option at the Group’s sole decision for this to be
extended by up to a further 2 years, subject to provisions for earlier
termination and the inclusion of a Break Clause. The estimated value of
this Lot over the possible 7 year duration is anticipated to be in the
region of 1 450 GBP excluding VAT.
There will be limitations on the number of Lots that may be awarded to a
single economic operator and further details will be provided in the
tender documents. Expressions of interest are welcome from not only
suitable contractors but also social enterprises providing they are able
to comply with the minimum levels for participation as set out herewith
and in the pre-qualification questionnaire.
The successful contractors will be required to provide a customer focused
service and show a commitment to providing effective services that provide
value for money to the Group, its tenants and leaseholders. The Group will
also be seeking to encourage contractors to engage with social enterprises
in the delivery of services and will require the successful contractors to
co-operate with the Group in working towards a partnership approach to
operating the service and managing the contract.
The Group reserves the right to withdraw from this procurement procedure
at anytime without awarding a contract. Bidders are to be responsible for
all of the costs and expenses they incur as a result of participating in
this procurement process irrespective of whether the procedure is
completed or is abandoned without any appointments.
2) COMMON PROCUREMENT VOCABULARY (CPV): 90911100, 90911300, 90511300.

3) QUANTITY OR SCOPE: Estimated cost excluding VAT: 145 000 GBP.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required: Parent company guarantees,
performance bonds, warranties and/or deposits may be required. Further
details to be included in the tender documentation.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions regulating them: To be included in
the tender documentation.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded: In the event of a group of
organisations submitting an acceptable offer it will be necessary to
provide an undertaking that each organisation will be jointly and
severally responsible for the due performance of any contract entered into
between the Group and such organisations.
III.1.4) Other particular conditions to which the performance of the
contract is subject: Yes.
Bidders who satisfy any of the criteria for rejection set out in
Regulation 23(1), Public Contracts Regulations 2006 shall be treated as
ineligible. Bidders may be requested to provide such evidence as is
reasonably necessary to allow the Group to establish that the
aforementioned criteria does not apply to them.
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: Please refer
to the Pre Qualification Questionnaire (“PQQ) referred to below.
III.2.2) Economic and financial capacity: Information and formalities
necessary for evaluating if requirements are met: The information and
formalities set out in Article 47 of Directive 2004/18/EC and Regulation
24 Public Contracts Regulations 2006. These requirements are set out in
the PQQ. Copies of the PQQ can be requested from the contact point as set
out in Annex A. The PQQ must be completed and returned with all required
supporting information by the deadline listed in section IV.3.4 of this
Notice.
Minimum level(s) of standards possibly required: Applicants must have
maintained over the last 3 full years of trading an annual financial
turnover directly related to the works being the subject of the
application of at least three times the anticipated combined annual value
of all Lots for which interest is expressed.
Further information regarding minimum levels of standards required is set
out in the PQQ.
III.2.3) Technical capacity: Information and formalities necessary for
evaluating if requirements are met:
The information and formalities set out in Article 48 of Directive
2004/18/EC and Regulation 25 Public Contracts Regulations 2006. These
requirements are set out in the PQQ. Copies of the PQQ can be requested
from the contact point as set out in Annex A. The PQQ must be completed
and returned with all required supporting information by the deadline
listed in section IV.3.4 of this Notice.
Minimum level(s) of standards possibly required:
Applicants must be able to demonstrate a proven record of experience in
the successful delivery of communal Cleaning Services to Social Housing
Schemes.
Further information regarding minimum levels of standards required is set
out in the PQQ.
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:
Yes.

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 6
Objective criteria for choosing the limited number of candidates: The
number of operators stated is the envisaged number to be invited to tender
for each Lot. Criteria in accordance with regulations 23(1), 24 and 25 of
the Public Contracts Regulations 2006. In addition, those candidates who
have the best technical and financial qualifications and can demonstrate
proven delivery of the services being the subject of this notice in a
social housing environment, based upon evaluation of the pre-qualification
questionnaire to be submitted by all candidates and the
information/supporting data so provided.
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: 10.7.2009 - 12:00.
Payable documents: no.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
21.7.2009 - 14:00.
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.3) ADDITIONAL INFORMATION: It is envisaged that the provisions of the
Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE
2006) may possibly apply to operatives currently employed by contractors
in carrying out the services. Further information on TUPE 2006 will be
provided in the Tender Documents.

VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures: Royal Courts of Justice,
The Strand, UK-London WC2 2LL. Tel. +44 2079476000.
Body responsible for mediation procedures:
Royal Courts of Justice, The Strand, UK-London WC2 2LL. Tel. +44
2079476000.
VI.4.3) Service from which information about the lodging of appeals may
be obtained: Office of Government Commerce, Roseberry Court, St Andrews
Business Park, UK-Norwich NR7 0HS. E-mail: servicedesk@ogc.gsi.gov.uk.
Tel. +44 8450004999. URL: www.ogc.gov.uk.
VI.5) DATE OF DISPATCH OF THIS NOTICE: 19.6.2009.