Cleaning Services Leeds
. The work will involve night cleaning of a number of manned and unmanned bus stations. Times will vary but in the main will be between the hours of 22.00 and 06.00. It will also include daytime cleaning of Halifax bus station.
United Kingdom-Leeds: Cleaning services
2014/S 086-150990
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
West Yorkshire Combined Authority
Wellington House, 40-50, Wellington Street
For the attention of: Christopher Brooks
LS1 2DE Leeds
UNITED KINGDOM
Telephone: +44 1132517272
E-mail: chris.brooks@westyorks-ca.gov.uk
Internet address(es):
General address of the contracting authority: www.westyorks-ca.gov.uk
Electronic access to information: www.delta-esourcing.com Access code CXG9695WF9
Electronic submission of tenders and requests to participate: www.delta-esourcing.com
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 UKE4
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)
90910000, 90911000, 90911200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 250 000 and 500 000 GBP
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Applications will be evaluated on skill, experience, competence, integrity, financial standing and responsibility. Details, including minimum standards, are in the PQQ.
III.2.2)Economic and financial ability
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
A pre-qualification questionnaire (PQQ) must be downloaded, completed and submitted. This contains details of the standards required.
Minimum level(s) of standards possibly required: Applications will be evaluated on skill, experience, competence, integrity, financial standing and responsibility. Details, including minimum standards, are in the PQQ.
III.2.3)Technical capacity
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract
A pre-qualification questionnaire (PQQ) must be downloaded, completed and submitted. This contains details of the standards required.
Minimum level(s) of standards possibly required:
Applications will be evaluated on skill, experience, competence, integrity, financial standing and responsibility. Details, including minimum standards, are in the PQQ.
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.3.1)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.3)Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leeds%2C:-Cleaning-services./CXG9695WF9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/CXG9695WF9
GO Reference: GO-2014428-PRO-5634398
VI.4.1)Body responsible for appeal procedures
West Yorkshire Combined Authority
Wellington House, 40-50, Wellington Street
LS1 2DE Leeds
UNITED KINGDOM
Telephone: +44 1132517272
Body responsible for mediation procedures
West Yorkshire Combined Authority
Wellington House, 40-50, Wellington Street
LS1 2DE Leeds
UNITED KINGDOM
Telephone: +44 1132517272
VI.4.3)Service from which information about the lodging of appeals may be obtained
West Yorkshire Combined Authority
Wellington House, 40-50, Wellington Street
LS1 2DE Leeds
UNITED KINGDOM
Telephone: +44 1132517272
VI.5)Date of dispatch of this notice: