Contract for Periodic Grounds Maintenance London
The contract is to provide periodic and routine grounds maintenance), communal building and window cleaning, estate services and bulk refuse collection and disposal.
United Kingdom-London: Grounds maintenance services
2015/S 237-430607
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Friday Hill Tenant Management Organisation
The Chingdale Centre, 19 Chingdale Road, Chingford
For the attention of: Jeremy Carson
E4 6HZ London
UNITED KINGDOM
Telephone: +44 2085239433
E-mail: jeremy@fridayhilltmo.org.uk
Internet address(es):
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA35269
Electronic access to information: www.mytenders.org
Further information can be obtained from: TC Consultancy Services
89 Bishopsteignton, Shoeburyness
For the attention of: Anthony Churton
SS3 8AF Southend-on-Sea
UNITED KINGDOM
Telephone: +44 7934423739
E-mail: fhtmo.tcis@aol.co.uk
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: Friday Hill Tenant Management Organisation
The Chingdale Centre, 19 Chingdale Road, Chingford
For the attention of: Charlotte Philippou
E4 6HZ London
UNITED KINGDOM
Telephone: +44 2085239433
E-mail: charlotte@fridayhilltmo.org.uk
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 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Chingford, London.
NUTS code UKI21
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)
A specification and schedule of rates has been prepared for pricing and management of the work.
The service provider will be expected to provide high levels of satisfaction with the work carried out.
The contract will be for a period of 3 years with a possible extension, subject to review, of up to 2 years.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=166773
II.1.6)Common procurement vocabulary (CPV)
77314000, 90911000
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:
Approximate Cost shown over 3 year contract period.
Estimated value excluding VAT:
Range: between 300 000 and 400 000 GBP
II.2.2)Information about options
Description of these options: Up to a 2 year extension subject to review and performance.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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.
a. Turnover — annual turnover for the tendering organisation (not for a parent company or group) for the type of works and services being the subject of this procurement, as demonstrated by submitted financial statements at twice the anticipated combined annual value of all works for which interest is expressed.
b. Resources — the means and intent to deploy under the contract an adequate, properly trained/qualified workforce for identified trades or tasks. Preference may be given towards organisations with their own directly employed workforce.
c. References — provide the references (with full contact details) requested that are directly relevant to the work under the proposed contract.
d. Experience — has an established and proven track record of such works in respect of occupied public sector social housing. Provision of registered company number.
Provision of VAT registration number.
Provide evidence of adequate insurance for employers liability, public liability and all risks.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) 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.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
(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) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(4) 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 set out in the ITT.
Minimum level(s) of standards possibly required:
As set out in the ITT.
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.3.4)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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 8.1.2016 – 15:00
Place:
The Chingdale Centre
Section VI: Complementary information
VI.3)Additional information
(MT Ref: 166773).
VI.5)Date of dispatch of this notice: