Tender for Cleaning of Public Conveniences
Tonbridge and Malling Borough Council is seeking expressions of interest for the provision of public convenience cleansing. Public conveniences are provided at 14 locations in towns and parishes across the borough, with each facility comprising of Ladies, Gents and Disabled units.
UK-West Malling: Building-cleaning services
2013/S 007-007828
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Tonbridge and Malling Borough Council
Gibson Buidling, Gibson Drive, Kings Hill, West Malling, Kent
Contact point(s): Dartford Borough Council Procurement Team
ME19 4LZ West Malling
UNITED KINGDOM
Telephone: +44 1322343315
E-mail: procurement@dartford.gov.uk
Fax: +44 1322343958
Internet address(es):
General address of the contracting authority: www.tmbc.gov.uk
Further information can be obtained from: Procurement Team at Dartford Borough
Dartford Borough Council Civic Centre Home Gardens
Contact point(s): Procurement Team at Dartford
DA1 1DR Dartford
UNITED KINGDOM
Telephone: +44 1322343315
E-mail: procurement@dartford.gov.uk
Fax: +44 1322343958
Internet address: www.dartford.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: South East Business Portal
Dartford Borough Council Civic Centre Home Gardens
DA1 1DR Dartford
UNITED KINGDOM
E-mail: procurement@dartford.gov.uk
Internet address: http://www.businessportal.southeastiep.gov.uk
Tenders or requests to participate must be sent to: South East Business Portal
Dartford Borough Council Civic Centre Home Gardens
DA1 1DR Dartford
UNITED KINGDOM
E-mail: procurement@dartford.gov.uk
Internet address: http://www.businessportal.southeastiep.gov.uk
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: Throughout the borough of Tonbridge and Malling at public conveniences as specified in the project documents.
NUTS code UKJ
Tonbridge and Malling Borough council is situated in the heart of Kent and has a proud history of providing high quality services. It has a population of around 110 000 residents and the main town of Tonbridge attracts many tourists (especially during the summer months).
The key features of the contract are detailed below:
— Daily routine cleansing of 11 facilities;
— Twice daily routine cleansing of a further 3 facilities;
— Three monthly “special” cleans of all 14 facilities;
— 12 of the 14 facilities open 24 hours (remaining 2 sites closed by council staff);
— Additional summer cleansing at selected sites.
90911200, 90920000, 90900000, 90910000
Estimated value excluding VAT: 675 000 GBP
Description of these options: The contract will include an option to extend the contract by up to 2 further 12 month periods at the end of the contract term on the same terms as the existing contract at TMBC’s discretion.
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Sum may be required to be put in place and maintained throughout the term of the Contract by the successful supplier.
Description of particular conditions: The successful supplier will have in place, for the duration of the Contract to be awarded, public liability and employers liability insurance to a minimum value of GBP 10 000 000 each. It will also have in place an accredited quality system within 12 months of contract commencement.
The Conditions of Contract which will apply to the contract contain social and environmental conditions for compliance with the Workforce Matters Code and the Equality Act 2010.
The Condiitons of Contract will be included with the Invitation to tender.
(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.
Information and formalities necessary for evaluating if requirements are met:
Any supplier may be disqualified if they:
(a) Are bankrupt or are being wound up, or whose affairs are being administered by the court, or who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations.
(b) Are the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court of for an arrangment with creditors or are the subject of any similar proceedings under national laws or regulations;
(c) Has been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) Are guilty of serious misrepresentation in supplying the information required under the provisions of the Directive or the criteria for qualitative
selection.
The supplier is required to fill in a pre-qualification questionnaire.
Details are set out in the pre-qualification questionnaire and include:
(a) A signed copy of the most recent audited accounts that cover the last 2
years for the supplier (not an extract).
(b) A statement of the supplier’s turnover, profit and loss and cash flow
position for the most recent full year of trading ( or part year if the full
year details are not available) and an end period Balance Sheet where this
information is not available in an audited form at (a).
c) Where the information at (b) cannot be provided, a statement of the
supplier’s cash flow forecast for the current year and a bank letter outlining
the current cash and credit facility position.
Minimum level(s) of standards possibly required: Suppliers must be able to demonstrate financial stability.
Suppliers should also be able to demonstrate the availability of financial resources appropriate to such an undertkaing allowing for its value and duration.
They should be able to provide public and employers liability insurance at GBP 10 000 000 for each.
Full details of standards are set out in the pre qualification questionnaire.
(a) Suppliers to provide a list of the principle service deliveries in the last 3 years with the sums, date and recipients of the service (private or public).
In the case of public contracting authorities evidence to be in the form of a certificate issued or countersigned by the competent authority: in the case of private purchasers delivery to be certified by the purchaser.
(b) Suppliers will be required to disclose any formal enforcement action for contravention of any Health and Safety legislation in the country in whcih they are established during the last 3 years and to demonstrate their commitment to Health and Safety.
Information requested will be as set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
Suppliers to demonstrate proven ability to carry out services and a commitment to Health and Safety.
Standards set out in full in pre-qualification questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As stated in the pre-qualification questionnaire documents (PQQ).
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 60
2. Quality. Weighting 40
Payable documents: no
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: TMBC Cabinet Member for Finance, Chief Executive, Monitoring Officer and Chief Internal Auditor or their representatives. It is envisaged that the tenders will be opened on the same day as the submission deadline (2.4.2013).
Section VI: Complementary information
All expressions of interest must be made via the South East Business Portal: www.businessportal.southeastiep.gov.uk
The opportunity is listed under Dartford Borough Council who are managing the procurement process on behalf of Tonbridge and Malling Borough Council. If you are not registered on the South East Business Portal you will need to register to express your interest. The link to access the PQQ will be sent via e-mail once you have expressed your interest.
The expected deadline for receipt of tenders for those who may be invited to tender is currently 12:00 noon Tuesday 2.4.2013.
This date will be confirmed in the invitation to tender whcih will be sent to those who are selected to tender.
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
Office of Government Commerce
1 Horse Guards Parade
SW1A 2HQ London
UNITED KINGDOM
Telephone: +44 8540004999
VI.5)Date of dispatch of this notice:7.1.2013