Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)The Vale of Aylesbury Housing Trust
Fairfax House, 69 Buckingham Street, Bucks
For the attention of: Cameron Finnie
HP20 2NJ Aylesbury
UNITED KINGDOM
Telephone: +44 1296732674
E-mail:
Internet address(es):
General address of the contracting authority: http://www.vaht.co.uk
Further information can be obtained from: DGEM Solutions Ltd
5 North Union View
Contact point(s): Greg Mitchell
PR5 5RF Preston
UNITED KINGDOM
Telephone: +44 772315621
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: DGEM Solutions Ltd
5 North Union View
Contact point(s): Greg Mitchell
PR5 5RF Preston
UNITED KINGDOM
Telephone: +44 772315621
E-mail:
Tenders or requests to participate must be sent to: DGEM Solutions Ltd
5 North Union View
Contact point(s): Greg Mitchell
PR5 5RF Preston
UNITED KINGDOM
Telephone: +44 772315621
E-mail:
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityHousing and community amenities
I.4)Contract award on behalf of other contracting authoritiesThe 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:Building 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
Main site or location of works, place of delivery or of performance: Aylesbury
NUTS code UKJ13
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)Building Cleaning Services to Supported Housing Units, Multi-Occupancy Blocks and General Office
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
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:The Trust is responsible for managing the cleaning service to a number of properties located throughout the Vale of Aylesbury, including approximately 165 multi-occupancy housing blocks, 15 Supported Housing schemes and also our head office property at Fairfax House.
We are seeking a suitably experienced contractor/s to undertake building cleaning and building services works to 3 lots throughout the district of Aylesbury Vale; the scope of services includes but is not limited to:
Lot 1 - Fairfax House including:
- Lifts
- Office Areas and Stairways
- Periodic Cleaning of Roof Mounted RV Panels
- Lock Down of Building
- Early Morning Reception Cover
- IT Equipment and Phone Cleaning
- Sanitary Bin Service
- Toilet Area Cleaning including Cubicle and Urinal Cleaning
- Hot Water Flushing
- Pest Control
- Exterior Landscape Maintenance and Litter Picking
- Winter Gritting
- Emergency Response Services
Lot 2 - Flatted Blocks and Sheltered Schemes including:
- Toilets and Shower/Bath Rooms
- Kitchens and Laundries
- Entrance Lobbies, Corridors and Communal Lounges
- Guest Bedrooms in Sheltered Schemes
- Windows (Internal and External)
- Bin Stores and Chutes
- External Access Areas
- Car Parking Areas
- Winter Gritting
- Emergency Response Services
Lot 3 - Void Properties including:
- Property clearances
- Deep Cleans
- Final cleaning in preparation for tenancy
The total contract value of all 3 lots is estimated at between GBP 125 000 and GBP 175 000 per annum and the initial contract duration is for a period of 3 years with a possible extension of a further 2 years. It is anticipated that the contract/s will be awarded in early December 2013 and commence on the 1.4.2014.
Estimated value excluding VAT:
Range: between 125 000 and 175 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1 1)Short description
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 1)Short description
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 1)Short description
2)Common procurement vocabulary (CPV) 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 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 registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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 6: and maximum number 8
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:BCL2014/2017
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate2.8.2013 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates15.9.2013
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 of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
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:28.6.2013