External building cleaning and repairs London
The Bank of England are seeking to procure services to clean and repair the façade of its City of London Grade 1 listed building Head Office.
United Kingdom-London: Exterior cleaning work for buildings
2014/S 093-163352
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Bank of England
Procurement, Bank of England, Threadneedle Street
For the attention of: Mr Paul Buckingham
EC2R 8AH London
UNITED KINGDOM
Telephone: +44 2076014769
E-mail: paul.buckingham@bankofengland.co.uk
Fax: +44 2076015649
Internet address(es):
General address of the contracting authority: www.bankofengland.co.uk
Further information can be obtained from: Bank of England
All requests to participate must be made via the Banks online tendering portal atwww.bankofenglandtenders.co.uk. Economic operators (suppliers) must register their company details on the portal and express interest by the request to participate closing date indicated below.
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Pre Qualification Questionnaire (PQQ)
The PQQ document will be issued after the closing date of expressions of interest, toall economic operators who have expressed interest via the Banks tendering portal atwww.bankofenglandtenders.co.uk
Tenders or requests to participate must be sent to: Invitation to Tender (ITT)
All economic operators PQQ responses will be evaluated and those suppliers responses that are successfully short listed will be invited to tender via the Banks Tendering portal. All suppliers will be notified via the portal of our decision.
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: Bank of England, Threadneedle Street, London, EC2R 8AH.
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)
The requirement is to professionally clean the masonry façade, composed of Portland stone, and conduct simultaneous masonry and lead work repairs.
The area of works will be from ground level to approximately 28 metres at the highest point, however, the majority of the work is comprised of the perimeter wall at a height of approximately 13 metres, with a total area of approximately 10,000 SQM.
The contractor is required to comply with the following conditions:
— No permanent access equipment (i.e. scaffolding).
— All work must be carried out at weekends (Fri 20:00 pm – Mon 6:00 am) with minimal inconvenience to the general public.
— Methods must be approved by the English Heritage and the City of London planning authority.
II.1.6)Common procurement vocabulary (CPV)
45452000, 45262510
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:
Range: between 350 000 and 700 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(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 of these turnovers is available.
III.2.3)Technical capacity
(a) a list of the works carried out over the past five 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 three 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 issues 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;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(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, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
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
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
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.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The pre-qualification questionnaire (PQQ) will be published at the end of the expression of interest stage 16.6.2014.
All communication regarding this tender should be conducted through the Bank’s tender portal at www.bankofenglandtenders.co.uk.
Any e-mails, fax or telephone calls are not permitted and the Bank is not liable for any result of this.
VI.4.1)Body responsible for appeal procedures
Head of Procurement
Threadneedle Street
EC2A 8AH London
UNITED KINGDOM
Telephone: +44 2076014444
VI.5)Date of dispatch of this notice: