Cleaning Services – Birmingham City Council
Provision of cleaning services for temporary accommodation and communal areas of sheltered and low rise accommodation North Quadrant.
United Kingdom-Birmingham: Cleaning services
2014/S 140-251517
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Birmingham City Council
Corporate Procurement Services, PO Box 10680, 10 Woodcock Street
For the attention of: Brigitte Kershaw
B4 7WB Birmingham
UNITED KINGDOM
Telephone: +44 1214648000
E-mail: etendering@birmingham.gov.uk
Fax: +44 1213037322
Internet address(es):
General address of the contracting authority: www.finditinbirmingham.com
Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc
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
NUTS code UKG31
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)
The Contract will be for an initial period of 22 months commencing in February 2015 with the option to extend for up to a further 1 year at the Councils discretion.
The Council will be using its e-tendering system (in-tend) for the administration of this procurement process and providers must register with the system to be able to access the documentation and express an interest. The web address is https://in-tendhost.co.uk/birminghamcc
Registration and use of in-tend is free. All correspondence for this procurement process must be via the in-tend correspondence function. If you are unable to register with in-tend please call CPS helpdesk on +44 1214648000 or email us at cps@birmingham.gov.uk
Requests to participate must be by way of completion and return of the pre-qualification document no later than noon on Tuesday 26.8.2014 using the in-tend system.
II.1.6)Common procurement vocabulary (CPV)
90910000
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:
II.2.2)Information about options
Description of these options: Option to extend for a further 12 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability. No special legal form is required but in the case of group bidders the authority requires that a prime service provider assumes primary liability for the group and that each organisation in the group accepts joint and several liability.
III.1.4)Other particular conditions
Description of particular conditions: When executing the contract in the UK the successful tenderer will be required to comply with the recommendations of the code of practice for the elimination of racial discrimination and the promotion of equality of opportunity in employment published by the commission for racial equality. The successful tenderer will be required to participate actively in the service related economic, social and environmental regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly, tender evaluation and contract performance conditions may relate in particular to social, economic and environmental considerations.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the tender documentation.
III.2.3)Technical capacity
As set out in the tender documentation.
Minimum level(s) of standards possibly required:
As set out in the tender documentation.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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.3.6)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: