Building Cleaning Services for London Borough of Redbridge
Contract for the provision of building cleaning and window cleaning of council buildings in the London Borough of Redbridge for the period 1.8.2015 to 31.7.2020.
United Kingdom-London: Cleaning services
2014/S 190-335483
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Redbridge
Strategic Procurement 7th Floor Lynton House 255-259 High Road, Ilford
For the attention of: Mr Martin Brand
IG1 1NN London
UNITED KINGDOM
Telephone: +44 2087083542
E-mail: martin.brand@redbridge.gov.uk
Fax: +44 2087083716
Internet address(es):
General address of the contracting authority: www.londontenders.org
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: The London Borough of Redbridge.
NUTS code UKI21
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Description of Lots:
Lot 1 — building cleaning — north and east,
Lot 2 — building cleaning — south and west,
Lot 3 — cleaning of external windows on housing sites,
Lot 4 — cleaning of external windows on school and welfare sites,
Lot 5 — building cleaning and window cleaning of council buildings.
Each Lot being referred to as a ‘Contract’, although if more than one Lot is awarded to the same organisation the organisation shall be required to enter into only 1 Contract covering each Lot awarded.
The approximate value of each Contract based on 2013/14 spends is as follows:
Lot 1 — In the region of 438 000 GBP per annum.
Lot 2 — In the region of 627 000 GBP per annum.
Lot 3 — In the region of 37 000 GBP per annum.
Lot 4 — In the region of 44 000 GBP per annum.
Lot 5 — In the region of 311 000 GBP per annum.
It is intended that each Contract will commence on 1.8.2015 and, subject to earlier termination in accordance with the Conditions of Contract, shall operate for a period of five (5) years, terminating at midnight on 31.7.2020 (‘the Contract Period’). At the sole discretion of the Authority and subject to satisfactory performance of the contractor, the Contract Period for each Contract may be extended for up to two (2) years in such period or periods as the Authority deems appropriate, providing a total possible Contract Period to midnight on 31.7.2022.
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 (‘TUPE’) are likely to apply to each Contract. Organisations will be required to comply with their obligations under TUPE and to do so in accordance with the rates and prices submitted in their Tender. Further details relating to TUPE will be provided in the Tender Documents issued to those Invited to Tender for each Contract.
Pre-Qualifying Questionnaire (‘PQQ’)
Those organisations expressing an interest in each Contract will be required to complete a PQQ to ascertain the organisation’s financial viability, technical capacity and experience in delivering similar high quality services (including the provision of references) and to ensure that the organisation has satisfactory policies on equalities, health and safety, prevention of bribery, environment and sustainability and TUPE and Pensions.
The Authority shall only evaluate PQQs submitted by those organisations whose annual turnover is as follows:
Lot 1: 900 000 GBP per annum.
Lot 2: 1 250 000 GBP per annum.
Lot 3: 75 000 GBP per annum.
Lot 4: 90 000 GBP per annum.
Lot 5: 650 000 GBP per annum.
Of those organisations who satisfy the PQQ requirements the Authority will, at the Authority’s absolute discretion, Invite to Tender for each Lot the five (5) to seven (7) organisations (or, at the Authority’s absolute discretion, such number of organisations the Authority considers reasonable to ensure genuine competition) who attain the highest financial assessment scores as awarded by the independent financial assessor, or as determined by the Authority’s alternative assessment as more fully detailed in the PQQ.
Contract Evaluation Criteria
The award criteria for each Contract will be based on the most economically advantageous Tender received. This shall be based on the evaluation criteria of price 70 % and technical ability and quality 30%. The full breakdown of the evaluation criteria will be contained in the Tender Documents issued to those organisations who are Invited to Tender following the PQQ stage of the procurement.
II.1.6)Common procurement vocabulary (CPV)
90910000, 90911000, 90911100, 90911200, 90911300, 90919200, 90919300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 — In the region of 438 000 GBP per annum.
Lot 2 — In the region of 627 000 GBP per annum.
Lot 3 — In the region of 37 000 GBP per annum.
Lot 4 — In the region of 44 000 GBP per annum.
Lot 5 — In the region of 311 000 GBP per annum.
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Building cleaning — north and east
2)Common procurement vocabulary (CPV)
90910000, 90911000, 90911100, 90911200, 90911300, 90919200, 90919300
Lot No: 2Lot title: Building cleaning — south and west
2)Common procurement vocabulary (CPV)
90910000, 90911000, 90911100, 90911200, 90911300, 90919200, 90919300
Lot No: 3Lot title: Cleaning of external windows on housing sites
2)Common procurement vocabulary (CPV)
90910000, 90911000, 90911100, 90911200, 90911300, 90919200, 90919300
Lot No: 4Lot title: Cleaning of external windows on school and welfare sites
2)Common procurement vocabulary (CPV)
90910000, 90911000, 90911100, 90911200, 90911300, 90919200, 90919300
Lot No: 5Lot title: Building cleaning and window cleaning of council buildings
2)Common procurement vocabulary (CPV)
90910000, 90911000, 90911100, 90911200, 90911300, 90919200, 90919300
Section III: Legal, economic, financial and technical information
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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 compulsory winding up the 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 judgement 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 contract 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 organization, 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.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.5)Date of dispatch of this notice: