Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Wokingham Borough Council
Council Offices Shute End Wokingham Berkshire
For the attention of: Belinda Kennedy
RG40 1WH Wokingham
UNITED KINGDOM
Telephone: +44 1189746000
E-mail: belinda.kennedy@wokingham.gov.uk
Fax: +44 1189746303
Internet address(es):
General address of the contracting authority: http://www.wokingham.gov.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
Regional or local authority
I.3)Main activity
General public services
Environment
I.4)Contract award on behalf of other contracting authorities
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:
Building cleaning services 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 site or location of works, place of delivery or of performance: Corporate sites, schools, libraries and other sites within the borough of Wokingham.
NUTS code UKJ11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Contract to provide cleaning services to Sites within the Wokingham borough that choose to opt in to this contract, it should be noted that Sites may opt in or out of this provision during the term of the contract. each Site will have their own specific cleaning requirements which may also include ad-hoc requirements such as window cleaning, floor/carpet cleaning etc. and the provision of additional janitorial supplies (such as paper towels, toilet tissue, soap).
II.1.6)Common procurement vocabulary (CPV)
90900000 – FF01, 90910000, 90911000, 90911100, 90911200, 90911300, 90918000, 90919000, 90919100, 90919200, 90919300, 90920000, 90921000, 90922000
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:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.4.2014. Completion 31.3.2017
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 of 15 % of the annual value will be required. The bondsman to be approved by the Council.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Within 28 days of a properly rendered invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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: As detailed in the Pre Qualification Questionnaire (PQQ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the Pre Qualification Questionnaire (PQQ).
Minimum level(s) of standards possibly required: As detailed in the Pre Qualification Questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the Pre Qualification Questionnaire (PQQ).
Minimum level(s) of standards possibly required:
As detailed in the Pre Qualification Questionnaire (PQQ).
III.2.4)Information about reserved contracts
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
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 3: and maximum number 6
Objective criteria for choosing the limited number of candidates: The top scoring candidates as per the Pre Qualification Qustionaire (PQQ).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. price. Weighting 45
2. quality. Weighting 30
3. service. Weighting 25
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
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: 2.10.2013 – 16:00
IV.3.4)Time limit for receipt of tenders or requests to participate
14.10.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
30.8.2013