UK-Colchester: Office cleaning services.

UK-Colchester: Office cleaning services.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Colchester Borough Homes
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
URL: www.colchesterboroughhomes.co.uk
Attn: Matt Howe

Further information can be obtained at: ANNEX A.I

Specifications and additional documents: ANNEX A.II

Tenders or requests to participate must be sent to: ANNEX A.III


I.2)Type of the contracting authority:
Regional or local authority

I.3) Main activity:
General Public Services
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

Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Corporate Office Building Cleaning and Sheltered Housing Building Cleaning for Colchester Borough Homes and Braintree District Council
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 14

Region Codes: UKH3 - Essex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract

II.1.5)Short description of the contract or purchase:
Office cleaning services. Cleaning services. Building-cleaning services. Colchester Borough Homes (CBH) is an Arm’s Length Management Organisation, created in 2003 to manage homes for Colchester Borough Council. The company manages 6,300 homes, 23 sheltered housing schemes and 950 leasehold properties. CBH will be the authorising and managing authority for this contract.

The contract will be split into two Lots:

Lot 1 - 23 Sheltered Housing Schemes managed by Colchester Borough Homes and 16 Office and Corporate sites owned by Colchester Borough Council. Full details will be provided within the specification which will be issued with the Tender.

Lot 2 –Braintree District Councils Corporate Office Buildings. Full details will be provided in the specification within the Tender Documents.

Tenders should also note that TUPE and Pension provision will apply.

II.1.6)Common Procurement Vocabulary:
90919200 - Office cleaning services.

90910000 - Cleaning services.

90911200 - Building-cleaning services.


II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots

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:
Not Provided
Estimated value excluding VAT:
Range between: 1,710,468 and 1,950,468
Currency: GBP


II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 72 (from the award of the contract)

Information About Lots

Lot No: 1
Title: Colchester Borough Homes Building Cleaning Services

1)Short Description:
Lot 1 - 23 Sheltered Housing Schemes managed by Colchester Borough Homes and 16 Office and Corporate sites owned by Colchester Borough Council. Full details will be provided within the specification which will be issued with the Tender.


Tenders should also note that TUPE and Pension provision will apply.

2)Common Procurement Vocabulary:
90919200 - Office cleaning services.
90910000 - Cleaning services.
90911200 - Building-cleaning services.

3)Quantity Or Scope: Not Provided

If known, estimated cost of works excluding VAT: 1,710,468
Currency: GBP

4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 72


5)Additional Information About Lots:
The contract will be for four years with the option to extend for a further two years.
Lot No: 2
Title: Braintree District Councils Corporate Office Buildings

1)Short Description:
Lot 2 –Braintree District Councils Corporate Office Buildings. Full details will be provided in the specification within the Tender Documents.

2)Common Procurement Vocabulary:
90919200 - Office cleaning services.
90910000 - Cleaning services.
90911200 - Building-cleaning services.

3)Quantity Or Scope: Not Provided

If known, estimated cost of works excluding VAT: 240,000
Currency: GBP

4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided


5)Additional Information About Lots:
The contract will be for four years with the option to extend for a further two years.
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, bonds and/ or collateral warranties from the principal as well as sub-contractors may be required. The Council's requirements will be identified in the tender documents.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment by the contracting entity will be pounds sterling and will normally be required to be made by means of electronic funds transfer. Full details will be contained in the tender documents. Payment will be made on delivery of the service(s) and at the end of each contract month or quarter in arrears.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting entity's specific requirements are to be determined but it does require that any contract(s) awarded be entered into by a single legal entity on the part of the successful candidate(s). Any legal entity which has a group of entities will be required to provide an undertaking to be jointly and severally responsible for the due performance of the concession agreement.

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:

These requirements are fully detailed in the Pre Qualification Questionnaire and Tender Documents.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:

Information and formalities necessary for evaluating if requirements are met:
These requirements are fully detailed in the Pre Qualification Questionnaire and Tender Documents.

III.2.3)Technical capacity
Technical capacity - means of proof required

Information and formalities necessary for evaluating if requirements are met:
These requirements are fully detailed in the Pre Qualification Questionnaire and Tender Documents.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service 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: Not Provided
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: 4 and maximum number: 10
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.3.1)File reference number attributed by the contracting authority: CBH-LS-0001
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


Not Provided

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 28/03/2014
Time: 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 03/04/2014
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: Yes
Estimated timing for further notices to be published: 2020
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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

To obtain the Pre Qualification Questionnaire, suppliers must contact Matt Howe via email at matthew.howe@braintree.gov.uk and the deadline for requesting the PQQ is 24.03.2014 at 17:00hrs and the deadline for submitting your response(s) is 28.03.2014 at 15:00 hrs. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially as you will need to submit a hard copy of your PQQ to the address detailed in the PQQ Document by the closing date of 15:00 on 28.03.2014.

The tenders will be issued on 03.04.2014, with an anticipated closing date of 12:00hrs (noon) on 12.05.2014.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Office-cleaning-services./43TC759V67

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/43TC759V67
GO-2014220-PRO-5475413 TKR-2014220-PRO-5475412

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
The Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 02079476000

VI.4.2)Lodging of appeals: Lodging of appeals: This Authority will incorporate a minimum 10 Calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI2006 No 5) (As amended) 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 & Northern Ireland). Any such action must be brought promptly (generally within 3 months).

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 20/02/2014

ANNEX A
I) Addresses and contact points from which further information can be obtained:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, CM7 9HB, United Kingdom
Email: matthew.howe@braintree.gov.uk
Attn: Matt Howe

II) Addresses and contact points from which specifications and additional documents can be obtained:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, CM7 9HB, United Kingdom
Email: matthew.howe@braintree.gov.uk
Attn: Matt Howe

III) Addresses and contact points to which tenders/requests to participate must be sent:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, CM7 9HB, United Kingdom
Email: matthew.howe@braintree.gov.uk
Attn: Matt Howe

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Braintree District Council
Causeway House, Braintree, CM7 9HB, United Kingdom