Cleaning Tender Dover
Cleaning of General Needs and Sheltered Accommodation.
UK-Dover: Cleaning services
2013/S 021-032911
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Dover District Council
White Cliffs Business Park
Contact point(s): East Kent Housing
For the attention of: Susan Hogben
CT16 3PJ Dover
UNITED KINGDOM
Telephone: +44 7771772924
E-mail: susan.hogben@eastkenthousing.org.uk
Fax: +44 1304872325
Internet address(es):
General address of the contracting authority: www.dover.gov.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA7261
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)
Section II: Object of the contract
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: Dover District Council Area.
NUTS code UK
The successful Service Provider will be required to undertake the Works within a social housing environment and their employees will be interacting with people from all walks of life/ages, abilities and vulnerabilities. Therefore courtesy, politeness and an understanding approach towards others is essential.
The Client wishes to develop a partnership relationship with the successful Service Provider with the central aims of partnership focusing on:
-the maintenance of the communal areas used by the Client’s tenants and leaseholders (“Residents”)and maximisation of their satisfaction levels as a common objective of both the Client and the Service Provider.
-engendering a sense of pride, both within the workforce undertaking the Works on behalf of the Client as well as Residents, in maintaining and where appropriate improving upon the general cleanliness of the blocks and communal environment within which they live and work through the promotion and encouragement of a pro-active attitude by the Service Provider’s employees delivering the Works.
-the development of positive relationships between the Service Provider and Rsidents.
Additional services expected from the successful Service Provider, which must be undertaken in such a way that they do not disrupt/have a negative effect upon the normal provision of the Works, will include (but not be limited to) activities such as;
-emergency cleans (dealing with the removal of bodily fluids, human excrement, deceased animal, animal faeces, sharps and other drug taking paraphernalia),
-the provision of an adhoc ‘cover service’ for caretakers and/or wardens who are on leave, sick or otherwise absent.
The successful Service Provider will be notified of the Client’s need for the above mentioned additional services as and when they are required.
90910000, 90911000, 90911100, 90911200, 90911300
Section III: Legal, economic, financial and technical information
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
As detailed within the Pre-qualification questionairre that will be sent to those candidates expressing an interest in this Contract.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
As detailed within the Pre-qualification questionairre that will be sent to those candidates expressing an interest in this Contract.
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(6) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(7) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(8) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
As detailed within the Pre-qualification questionairre that will be sent to those candidates expressing an interest in this Contract.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 60
2. Quality. Weighting 40
Section VI: Complementary information
the Partnering Contract will also contain a no penalty ‘walk away’ break clause, subject to three (3) months written notice, exercisable by either party at anytime following the expiry of hte initial twelve (12) month period from the commencement of the Term.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
(MT Ref:96802)
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000