Window cleaning services - 3054/11.

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Eastern Shires Purchasing Organisation (see www.espo.org) on behalf of Norfolk County Council
Barnsdale Way, Grove Park, Enderby
Contact: Hollie Ruston
LE19 1ES Leicester
UNITED KINGDOM
Tel. +44 1162657928
E-mail:
Fax +44 1162944399

Internet address(es)

General address of the contracting authority www.espo.org

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local authority
Other Local authority services
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
Window cleaning services - 3054/11.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 14

NUTS code UKH13

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged 25
Duration of the framework agreement: Duration in year(s): 3
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT 480 000 GBP
II.1.5)Short description of the contract or purchase(s)
Window-cleaning services. ESPO is acting on the specific behalf of Norfolk County Council to establish a framework of approved providers for a window cleaning service for all Council buildings within Norfolk and the surrounding districts. Tenderers should note that this includes schools, but excludes hospitals. In addition to Norfolk County Council’s requirements, Norwich City Council, South Norfolk Council and The Forum Trust have confirmed their intention to use this framework for their window cleaning services once it is operational. Other district councils and public bodies within the Norfolk area will also be able to use the framework, so tenderers should note that the potential level of interest and potential value could increase substantially over the life of the contract. Due to the nature of the window cleaning market, the framework will be split into geographical areas so that providers may bid to provide one (or more) areas, as appropriate to their size and capacity, thus ensuring the inclusion of small / medium enterprises (SME’s).
II.1.6)Common procurement vocabulary (CPV)

90911300

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
II.2.2)Options
Yes
description of these options: The framework has the option to extend for up to a further 12 months. The total estimated value stated in section II.1.4 includes the option period.
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Starting 1.11.2011. Completion 31.10.2014

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE Window cleaning services
1)SHORT DESCRIPTION
Lot 1 - Norwich;
Lot 1a - The Forum Trust;
Lot 2 - South Norfolk;
Lot 3 - Great Yarmouth;
Lot 4 - Broadland;
Lot 5 - North Norfolk;
Lot 6 - King’s Lynn and West Norfolk;
Lot 7 - Breckland;
Lot 8 - Waveney;
2)COMMON PROCUREMENT VOCABULARY (CPV)

90911300

3)QUANTITY OR SCOPE
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 regulating them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Joint and several liability.
III.1.4)Other particular conditions to which the performance of the contract is subject
Yes
The supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, culture, disability, gender, marital status, race, religion or sexual orientation. The supplier shall in all matters arising in the performance of the agreement comply with the provisions of the Sex Discrimination Act 1975 and the Disability Discrimination Act 1995 and any regulations made there under. The supplier shall in all matters arising in the performance of the agreement comply with the provisions of the Employment Equality (Age) Regulations 2006. The supplier must comply with the provisions of the Race Relations Act 1976, the Race Relations (Amendment) Act 2002 and the Equality Act 2010 and shall ensure that they perform their responsibilities under this agreement with due regard to the need to eliminate unlawful racial discrimination, and to promote equality of opportunity and good relationships between different racial groups.
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 requirements are met: As detailed in the invitation to tender.
III.2.2)Economic and financial capacity
Minimum level(s) of standards possibly required As detailed in the invitation to tender.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required
As detailed in the invitation to tender.
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service

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)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
3054/11
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in OJ: 10/S 204-311403 of 20.10.2010
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 15.8.2011
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate
22.8.2011 - 17:00
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
Duration in days 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION
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. GO reference: GO-2011718-PRO-2497877.
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:
18.7.2011

Other interesting websites