Cleaning Services for Transport for London
The provision of cleaning and associated services across the Transport for London network.
United Kingdom-London: Cleaning and sanitation services
2015/S 152-281420
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Transport for London (Commercial Services)
Windsor House, 42- 50 Victoria Street
SW1H 0TL London
UNITED KINGDOM
E-mail: fmcategoryteam@tfl.gov.uk
Internet address(es):
General address of the contracting entity: www.tfl.gov.uk
Address of the buyer profile: http://www.tfl.gov.uk
Electronic access to information: https://eprocurement.tfl.gov.uk/epps
Electronic submission of tenders and requests to participate: https://eprocurement.tfl.gov.uk/epps
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
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 UKI
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)
90900000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The provision of cleaning and associated services across the Transport for London network (including stations, depots, head office facilities, bus stations and other sites and transport systems);
The range of services provided will vary across the Transport for London network and shall include regular scheduled and reactive activities and shall include services such as;
Cleaning and deep cleaning of offices and other buildings
Cleaning of depot grounds, stations, workshops, rolling stock, bus stations
Window cleaning
Washroom services, consumables and female sanitary services
Graffitti removal
Grounds maintenance ( excluding weed control)
Multi Service operatives (porterage and room setup).
It is intended that 1 candidate, if suitable, will be awarded a contract. The contracting entity, however, reserves the right to award a contract, if suitable, in part to 1 or more candidates.
The lower end of the value range is representative of socpe currently expected to be awarded over the maximum duration of eight years. The upper end of the value range represents potential additional requirements that may be varied in before expiry of the contract.
II.2.2)Information about options
Description of these options: The duration of the contract will be for 5 (five) years with an option to extend for up to a further 3 (three) years.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
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:
III.1.4)Other particular conditions:
Description of particular conditions: Details of the requirements will be set out in the invitation to tender document.
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
III.2.3)Technical capacity
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
Periodic indicative notice
Notice number in the OJEU: 2015/S 72-128149 of 14.4.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)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:
VI.5)Date of dispatch of this notice: