Cleaning Contract Manchester, Cheshire and Lancashire
The successful tenderer will be required to provide cleaning services at all the 7 Hospitals that form part of Alternative Futures Group portfolio.
United Kingdom-Prescot: Building-cleaning services
2015/S 101-184300
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Alternative Futures Group
Lion Court, Kings Drive, Kings Business Park
Contact point(s): The Litmus Partnership Ltd
L34 1BN Prescot
UNITED KINGDOM
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
Internet address(es):
General address of the contracting authority: http://alternativefuturesgroup.org.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
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: Abbey Court, Warrington, Cheshire.
Fir Trees, Wigan, Lancashire.
Lea Court, Warrington, Cheshire.
Meadow Park, Cheshire.
Mill Brook, Manchester.
Oak Lodge, Bolton, Lancashire.
Weaver Lodge, Winsford, Cheshire.
United Kingdom.
NUTS code UKD4,UKD2
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)
II.1.6)Common procurement vocabulary (CPV)
90911200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— Abbey Court;
— Ainscough Road;
— Birchwood;
— Warrington;
— Cheshire WA3 7PN;
— Fir Trees;
— Fir Tree Street;
— Springview;
— Wigan;
— Lancs WN3 4TE;
— Lea Court;
— 30 Hawleys Lane;
— Dallam;
— Warrington;
— Cheshire WA5 0EZ;
— Meadow Park;
— Rivacre Road;
— Ellesmere Port Cheshire, CH66 1LL;
— Mill Brook;
— 57 Wastdale Road;
— Wythenshawe Manchester, M23 2RX;
— Oak Lodge;
— Foundry Street;
— Little Lever;
— Bolton;
— Greater Manchester BL3 1HL;
— Weaver Lodge;
— Station Road Bypass;
— Winsford;
— Cheshire CW7 3DT.
Each site operates all year round 365 days of the year.
The cleaning service is currently outsourced to a cleaning contractor.
Any company wishing to be considered for this contract must be able to demonstrate experience and depth of knowledge in the management and handling of TUPE issues.
The contract will commence in February 2016 for an initial period of 3 years, unless it is terminated earlier in accordance with the terms of this Agreement. If the Contract continues for the full 3 year period, the Agreement shall then remain in place, until terminated by either party giving the other not less than 6 months notice in writing. Adjustment of the budget on an annual basis shall be with mutual agreement.
This contract will be fixed price in nature with the successful contractor working to an output cleaning specification which complies with the British Institute of Cleaning Science (BICSc) standards and The National Specifications for Cleanliness in the NHS.
We are seeking a suitably experienced contractor who has current experience of working within the NHS and healthcare market place, ideally with a strong operational base within the North of England, thus allowing for responsive, contract support and management of cleaning staff which is essential for the successful delivery of the service.
The successful tenderer will be required to formally report each month on cleaning standard performance and operational matters, ensuring the senior management team at Alternative Futures Group is fully informed about all issues related to delivery of the cleaning service.
Estimated value excluding VAT:
Range: between 1 500 000 and 2 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
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
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.
Grounds for mandatory rejection (ineligibility) — questions are stated in the Pre-Qualification Questionnaire.
Mandatory and discretionary exclusions for non-payment of taxes etc. — questions are stated in the Pre-Qualification Questionnaire.
Discretionary grounds for rejection — questions are stated in the Pre-Qualification Questionnaire.
III.2.2)Economic and financial ability
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.
Minimum level(s) of standards possibly required: Economic and financial standing — Tenderers are required to have a minimum annual turnover of 1 000 000 GBP.
Suppliers must be financially fluid and currently trading.
They must not be recorded at Companies House as having any negative action / event (dissolved, removed, in liquidation, etc.) that calls into question their financial / corporate standing. Such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing. Additionally, suppliers must provide suitable evidence in the form of the last full year of accounts (audited and accompanied by auditors’ confirmation where they are above the statutory threshold for providing audited accounts, or certified by their bank if they are below the statutory audit threshold). Non provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.
If a business has been recently set up and not audited, annual or endorsed accounts have been produced, unaudited or management accounts for the 3 (three) months prior to the application must be provided and certified by an independent Chartered Accountant or accompanied by a positive bankers reference for the bidder.
Where information is available to the contracting authority that points to concerns over financial viability, further information may be requested to evidence financial viability and non-availability of, or refusal to provide such evidence, will be deemed to be a failure to meet minimum standards of economic and financial standing.
III.2.3)Technical capacity
Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited website.
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.
Minimum level(s) of standards possibly required:
Health & Safety Policy — Tenderers shall have a robust Health & Safety Policy endorsed by the Company Director(s).
Tenderers shall have in place insurance cover of a minimum:
Public Liability Cover — 10 000 000 GBP;
Employers Liability Cover — 10 000 000 GBP.
Other questions as indicated in the Pre-Qualification Questionnaire shall be assessed and scored on a points basis.
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
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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.2)Information about European Union funds
VI.3)Additional information
Interest in the pre-qualification process should be expressed via email only to pqq@litmuspartnership.co.uk, clearly stating within this email which contract / notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.
The closing date for receipt of the Pre-Qualification Questionnaire is 3.7.2015 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk, by the above closing date and time. Policy documents (where indicated in the Pre-Qualification Questionnaire) shall be uploaded to The Litmus Partnership Limited pre-qualification website prior to this closing date and time.
It will be the Tenderer’s responsibility to obtain any necessary documents and access to The Litmus Partnership pre-qualification website in order to submit a response by the closing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this OJEU notice and reserves the right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
VI.5)Date of dispatch of this notice: