By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

SBC0316 Building Cleaning and Security.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Stevenage Borough Council
Daneshill House, Danestrete
Contact point(s): all contact via www.supplyhertfordshire.uk
For the attention of: Kirsten Brown
SG1 1HN Stevenage
UNITED KINGDOM
Telephone: +44 1438242083
E-mail:

Internet address(es):

General address of the contracting authority: www.stevenage.gov.uk

Address of the buyer profile: www.supplyhertfordshire.uk

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)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
SBC0316 Building Cleaning and Security.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services

NUTS code UKH23

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Stevenage Borough Council has a requirement for a suitably accredited company to undertake both: Cleaning and Security provision across a number of council sites within the Borough. The Cleaning provision will be required across 8 sites and the Security provision will be required across 2 sites. Within the Security domain, we will also require key holding services for 8 sites in the Borough. The company will need to be a Corporate member of BICSc, an SIA approved Contractor and hold ISO 9001, ISO 14001 and OHSAS 18001 certified by a UKAS accredited organisation.
The tender documents can be accessed from the Supply Hertfordshire website and selecting the View Details button of this project.
Please note the deadline for returns and allow sufficient time to make your return as late returns will not be permitted.
Any questions relating to this quote should be made via correspondence on the website and can be addressed to the main contact as shown in the details.
II.1.6)Common procurement vocabulary (CPV)

90910000, 90911200, 90911300, 79710000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated total value of the Contract is 1 100 000 GBP and is for the core Contract period inclusive of the approximate value for extensions. The Contract will be awarded for a core period of three (3) years, with the option to extend the Contract for up to a further two (2) years. Please note that the Contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.
Estimated value excluding VAT:
Range: between 660 000 and 1 100 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 3.10.2016. Completion 2.10.2019

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Details of any financial conditions and payment arrangements required by the contracting authority will be set out in the Contract Documents. These can be obtained from www.supplyhertfordshire.uk

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The tenderer will need to be a Corporate member of BICSc, an SIA approved Contractor and hold ISO 9001, ISO 14001 and OHSAS 18001 certified by a UKAS accredited organisation.
III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: These are set out in the Contract Documents. These can be obtained from www.supplyhertfordshire.uk

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

These are set out in the Contract Documents. These can be obtained from www.supplyhertfordshire.uk

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SBC0316
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.5.2016 - 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

To access this opportunity please visit www.supplyhertfordshire.uk

The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits specified in the Regulations. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court has the options to award damages and/or to shorten or order the contract to be ineffective.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits specified in the Regulations. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court has the options to award damages and/or to shorten or order the contract to be ineffective.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
1.4.2016

Other interesting websites