Stair and Communal Cleaning Works 2016 – 2017
The works comprise stair and communal cleaning works to various housing schemes in Fife, Perth and Kinross and Falkirk.
United Kingdom-Glenrothes: Domestic services
2015/S 160-293862
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Kingdom Housing Association Ltd
Saltire Centre, Pentland Court
For the attention of: Stephen Cairns
KY6 2DA Glenrothes
UNITED KINGDOM
Telephone: +44 1592630922
E-mail: s.cairns@kingdomhousing.org.uk
Fax: +44 1592631991
Internet address(es):
General address of the contracting authority: www.kingdomhousing.org.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16169
Electronic access to information: www.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk
Further information can be obtained from: Hardies Property and Construction Consultants
The Signature Building, 8 Pitreavie Court
KY11 8UU Dunfermline
UNITED KINGDOM
Telephone: +44 1383731841
E-mail: danny.mcarthur@hardies.co.uk
Fax: +44 1383739714
Internet address: www.hardies.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Hardies Property and Construction Consultants
The Signature Building, 8 Pitreavie Court
KY11 8UU Dunfermline
UNITED KINGDOM
Telephone: +44 1383731841
E-mail: danny.mcarthur@hardies.co.uk
Fax: +44 1383739714
Internet address: www.hardies.co.uk
Tenders or requests to participate must be sent to: Hardies Property and Construction Consultants
The Signature Building, 8 Pitreavie Court
KY11 8UU Dunfermline
UNITED KINGDOM
Telephone: +44 1383731841
E-mail: danny.mcarthur@hardies.co.uk
Fax: +44 1383739714
Internet address: www.hardies.co.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: The works comprise stair and communal cleaning at various housing schemes located throughout Fife, Perth and Kinross and Falkirk.
NUTS code UKM26
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 works comprise stair and communal cleaning works to various housing schemes in Fife, Perth and Kinross and Falkirk.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=410311.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)
98514000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 300 000 and 400 000 GBP
II.2.2)Information about options
Description of these options: The contract will include the provision to be extended for 1 year.
II.2.3)Information about renewals
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (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.1.4)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 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
(8) 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.
III.2.2)Economic and financial ability
(2) 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) 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;
(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(5) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(6) 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.
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
Objective criteria for choosing the limited number of candidates: A PQQ will be issued on the 14.9.2015. This shall be the basis for selecting candidates for the ITT.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: Yearly.
VI.3)Additional information
VI.5)Date of dispatch of this notice: