Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)London Borough of Havering
Town Hall, Main Road
Contact point(s): Operational Procurement
For the attention of: Suzanne WIghtwick
RM1 3BB Romford
UNITED KINGDOM
Telephone: +44 1708432942
E-mail:
Internet address(es):
Address of the buyer profile: www.havering.gov.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 authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
London Borough of Waltham Forest
Waltham Forest Town Hall, Forest Road
E17 4JF Walthamstow
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Window cleaning services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 14: Building-cleaning services and property management services
NUTS code UKI21
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)Window-cleaning services. Provision of Window Cleaning Services to Schools, Housing properties and Corporate Buildings within the London Borough of Havering and the London Borough of Waltham Forest.
Note: To register your interest in this notice and obtain any additional information please visit the Procure 4 London Web Site at: www.procure4london.com.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope: II.2.2)Information about optionsOptions: yes
Description of these options: Contracts will be let for Lot 1 and Lot 2, or lot 3. The London Borough of Havering's and London Borough of Waltham Forest's decision upon the preferred packaging option(s) will be made following evaluation of tenders, based upon the most economically advantageous offers made. Contracts will be for a period of five years from 1.8.2012.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Window cleaning services - London Borough of Havering1)Short descriptionThis is for the provision of Window Cleaning Services to buildings within the London Borough of Havering.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeThe contract shall consist of the provision of Window Cleaning Services for the 5 year period commencing 1.8.2012. The proposed contract will be available to the London Borough of Havering. The contract will be available to Schools and Corporate Buildings.
Estimated value excluding VAT: 240 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 60 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Window cleaning services - London Borough of Waltham Forest1)Short descriptionThis is for Window Cleaning Services to buildings within the London Borough of Waltham Forest.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeThe contract shall consist of the provision of window cleaning services for the 5 year period commencing 1.8.2012. The proposed contract will be available to the London Borough of Waltham Forest. The contract will be available to Schools, Housing properties and Corporate Buildings.
Estimated value excluding VAT: 180 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 60 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Window cleaning services - London Borough of Havering and the London Borough of Waltham Forest1)Short descriptionThis is for Window Cleaning Services to buildings within both the London Borough of Havering and the London Borough of Waltham Forest.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeThe contract shall consist of the provision of Window Cleaning Services for the 5 year period commencing 1.8.2012. The proposed contract will be available to the both the London Borough of Havering and the London Borough of Waltham Forest. The contract will be available to Schools, Housing properties and Corporate Buildings.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
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:
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 registersInformation and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.procure4london.com/delta/project/reasonsForExclusion.html#pcr.
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(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 on these turnovers is available.
Minimum level(s) of standards possibly required: As set out in the Pre-qualification questionnaire documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As set out in the Pre-qualification questionnaire documents.
Minimum level(s) of standards possibly required:
As set out in the Pre-qualification questionnaire documents.
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
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 1: and maximum number 2
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
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 participate26.2.2012 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates6.4.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: July 2015.
VI.2)Information about European Union funds
VI.3)Additional informationThe contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Please copy the following text into your contract notice. This will provide suppliers with the appropriate instruction to respond when you advertise this opportunity.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on https://www.procure4london.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: F595883C35. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 9.3.2012 (17:00). Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the Procure4London Helpdesk by emailing . GO Reference: GO-2012120-PRO-3668141.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.1.2012