Communal cleaning services and minor caretaking services.
CONTRACT NOTICE
Services
SECTION I: CONTRACTING AUTHORITY
Accent Nene Ltd
Manor House, 57 Lincoln Road
Contact: Procurement For All Ltd
Attn: Siobhan Masters
PE1 2RR Peterborough
UNITED KINGDOM
Tel. +44 7799436259
E-mail:
Internet address(es)
General address of the contracting authority http://www.accentgroup.org/nene/Pages/default.aspx
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)
Housing and community amenities
The contracting authority is purchasing on behalf of other contracting authorities No
SECTION II: OBJECT OF THE CONTRACT
Service category: No 14
Main place of performance Peterborough, Nottingham, Cambridgeshire and Huntingdon and Fenland/Lincolnshire.
NUTS code UK
Providers will be invited to evaluate a model schedule of rates and model specification reflective of the types of schemes that Accent Nene currently own or manage within the above areas. The providers will be required to provide a customer focused service and show a commitment to providing an effect service that provides value for money to the employer and their customers whether tenants or leaseholders. The employer will require the providers to co-operate with them in working towards a partnership approach in providing a service to the contract.
The contract consists of the provision of caretaking services to the communal entrances and stairs to approximately (but not limited to) 60 schemes. Approximately (but not limited to) 11 of these schemes will require additional caretaking services to the communal residents' areas and back of house staff areas. The services to be provided will be specific to each individual scheme and this will be reflected in the individual site specification.
The volume of the schemes quoted is estimated only and the contracting authority does not warrant, represent or guarantee that these will be the final number of schemes which will require caretaking/cleaning services.
Pursuant to any awarded contract, full details of the schemes and the specification for each scheme will be included in the contract documents. Potential tenderers shall note that the contracting authority intends to incorporate a performance regime within the proposed contract which will be based on performance reviews and assessments against key performance indicators. Failure to perform against these key performance indicators may result in work being removed from the possible Service Provider and/or result in termination of any agreement which may be awarded pursuant to this notice.
The contracting authority reserves the right to withdraw from this procurement procedure at any time without awarding a contract or to only award part or an element of the contract. Providers are to be responsible for the costs and expenses they incur as a result of participating in this procurement procedure.
Works will include but are not limited to: general cleaning to communal areas, window cleaning, carpet cleaning, cleaning roof lights, cleaning light fittings both internally and externally. This list is indicative only and is not exhaustive. Providers have the option to express an interest in all, several or one of the regions at the PQQ stage.
90911000, 90911100, 90911200, 90911300
tenders should be submitted for one or more lots
The Contracting Authority is seeking to award a contract to a service provider for each of the following Lots:
- Peterborough,
- Nottingham,
- Cambridgeshire/Huntingdon,
- Fenland / Lincolnshire.
For a contract period of five years.
The figures quoted in this contract notice are estimated in relation to the full 5 year term contract.
Excluding VAT
Range between 1 019 000,00 and 1 051 000,00 GBP
INFORMATION ABOUT LOTS
LOT NO: 1 TITLE Cleaning and minor caretaking services - Peterborough areaProviders will be invited to evaluate a model schedule of rates and model specification reflective of the types of schemes that Accent Nene currently own or manage within the above area. The providers will be required to provide a customer focused service and show a commitment to providing an effect service that provides value for money to the employer and their customers whether tenants or leaseholders. The Employer will require the Providers to co-operate with them in working towards a partnership approach in providing a service to the contract.
The contract consists of the provision of caretaking services to the communal entrances and stairs to approximately (but not limited to) 25 schemes. Approximately (but not limited to) 10 of these schemes will require additional caretaking services to the communal residents' areas and back of house staff areas. The services to be provided will be specific to each individual scheme and this will be reflected in the individual site specification.
The volume of the schemes quoted is estimated only and the contracting authority does not warrant, represent or guarantee that these will be the final number of schemes which will require caretaking/cleaning services.
Pursuant to any awarded contract, full details of the schemes and the specification for each scheme will be included in the contract documents. Potential tenderers shall note that the contracting authority intends to incorporate a performance regime within the proposed contract which will be based on performance reviews and assessments against key performance indicators. Failure to perform against these key performance indicators may result in work being removed from the possible Service Provider and/or result in termination of any agreement which may be awarded pursuant to this notice.
The contracting authority reserves the right to withdraw from this procurement procedure at any time without awarding a contract or to only award part or an element of the contract. Providers are to be responsible for the costs and expennses they incur as a result of participating in this procurement procedure.
Works will include but are not limited to: general cleaning to communal areas, window cleaning, carpet cleaning, cleaning roof lights, cleaning light fittings both internally and externally, litter picking and reporting faults. This list is indicative only and is not exhaustive. Providers have the option to express an interest in all, several or one of the areas at the PQQ stage.
90911000, 90911100, 90911200, 90911300
It is expected that the Service Provider will be required to TUPE 1 member of staff under the regulations.
Service Providers should note that the estimated value of works is based on the 5 year term.
Excluding VAT
Range between 495 000,00 and 510 000,00 GBP
Providers will be invited to evaluate a model schedule of rates and model specification reflective of the types of schemes that Accent Nene currently own or manage within the above area. The Providers will be required to provide a customer focused service and show a commitment to providing an effect service that provides value for money to the Employer and their customers whether tenants or leaseholders. The Employer will require the Providers to co-operate with them in working towards a partnership approach in providing a service to the contract.
The contract consists of the provision of caretaking services to the communal entrances and stairs to approximately (but not limited to) 15 schemes. Approximately (but not limited to) 2 of these schemes will require additional caretaking services to the communal residents' areas and back of house staff areas. The services to be provided will be specific to each individual scheme and this will be reflected in the individual site specification.
The volume of the schemes quoted is estimated only and the contracting authority does not warrant, represent or guarantee that these will be the final number of schemes which will require caretaking/cleaning services.
Pursuant to any awarded contract, full details of the schemes and the specification for each scheme will be included in the contract documents. Potential tenderers shall note that the contracting authority intends to incorporate a performance regime within the proposed contract which will be based on performance reviews and assessments against key performance indicators. Failure to perform against these key performance indicators may result in work being removed from the possible Service Provider and/or result in termination of any agreement which may be awarded pursuant to this notice.
The contracting authority reserves the right to withdraw from this procurement procedure at any time without awarding a contract or to only award part or an element of the contract. Providers are to be responsible for the costs and expennses they incur as a result of participating in this procurement procedure.
Works will include but are not limited to: general cleaning to communal areas, window cleaning, carpet cleaning, cleaning roof lights, cleaning light fittings both internally and externally, litter picking and reporting faults. This list is indicative only and is not exhaustive. Providers have the option to express an interest in all, several or one of the areas at the PQQ stage.
90911000, 90911100, 90911200, 90911300
It is expected that the service provider will be required to TUPE 1 member of staff under the regulations.
The service provider shall note that the estimated values provided are for the 5 year term.
Excluding VAT
Range between 279 000,00 and 288 000,00 GBP
Providers will be invited to evaluate a model schedule of rates and model specification reflective of the types of schemes that Accent Nene currently own or manage within the above area. The Providers will be required to provide a customer focused service and show a commitment to providing an effect service that provides value for money to the Employer and their customers whether tenants or leaseholders. The Employer will require the Providers to co-operate with them in working towards a partnership approach in providing a service to the contract.
The contract consists of the provision of caretaking services to the communal entrances and stairs to approximately (but not limited to) 14 schemes. Approximately (but not limited to) 1 of these schemes will require additional caretaking services to the communal residents' areas and back of house staff areas. The services to be provided will be specific to each individual scheme and this will be reflected in the individual site specification.
The volume of the schemes quoted is estimated only and the contracting authority does not warrant, represent or guarantee that these will be the final number of schemes which will require caretaking/cleaning services.
Pursuant to any awarded contract, full details of the schemes and the specification for each scheme will be included in the contract documents. Potential tenderers shall note that the contracting authority intends to incorporate a performance regime within the proposed contract which will be based on performance reviews and assessments against key performance indicators. Failure to perform against these key performance indicators may result in work being removed from the possible Service Provider and/or result in termination of any agreement which may be awarded pursuant to this notice.
The contracting authority reserves the right to withdraw from this procurement procedure at any time without awarding a contract or to only award part or an element of the contract. Providers are to be responsible for the costs and expennses they incur as a result of participating in this procurement procedure.
Works will include but are not limited to: general cleaning to communal areas, window cleaning, carpet cleaning, cleaning roof lights, cleaning light fittings both internally and externally, litter picking and reporting faults. This list is indicative only and is not exhaustive. Providers have the option to express an interest in all, several or one of the areas at the PQQ stage.
90911000, 90911100, 90911200, 90911300
The service provider shall note that the estimated value of works is based on the contract term of 5 years.
Excluding VAT
Range between 189 000,00 and 195 000,00 GBP
Providers will be invited to evaluate a model schedule of rates and model specification reflective of the types of schemes that Accent Nene currently own or manage within the above area. The Providers will be required to provide a customer focused service and show a commitment to providing an effect service that provides value for money to the Employer and their customers whether tenants or leaseholders. The Employer will require the Providers to co-operate with them in working towards a partnership approach in providing a service to the contract.
The contract consists of the provision of caretaking services to the communal entrances and stairs to approximately (but not limited to) 9 schemes. Approximately (but not limited to) 1 of these schemes will require additional caretaking services to the communal residents' areas and bak of house staff areas. The services to be provided will be specific to each individual scheme and this will be reflected in the individual site specification.
The volume of the schemes quoted is estimated only and the contracting authority does not warrant, represent or guarantee that these will be the final number of schemes which will require caretaking/cleaning services.
Pursuant to any awarded contract, full details of the schemes and the specification for each scheme will be included in the contract documents. Potential tenderers shall note that the contracting authority intends to incorporate a performance regime within the proposed contract which will be based on performance reviews and assessments against key performance indicators. Failure to perform against these key performance indicators may result in work being removed from the possible Service Provider and/or result in termination of any agreement which may be awarded pursuant to this notice.
The contracting authority reserves the right to withdraw from this procurement procedure at any time without awarding a contract or to only award part or an element of the contract. Providers are to be responsible for the costs and expennses they incur as a result of participating in this procurement procedure.
Works will include but are not limited to: general cleaning to communal areas, window cleaning, carpet cleaning, cleaning roof lights, cleaning light fittings both internally and externally, litter picking and reporting faults. This list is indicative only and is not exhaustive. Providers have the option to express an interest in all, several or one of the areas at the PQQ stage.
90911000, 90911100, 90911200, 90911300
It is expected that the service provider will be required to TUPE 1 member of staff under the regulations.
The service provider shall note that the estimated value of works is for the 5 year period.
Excluding VAT
Range between 56 000,00 and 58 000,00 GBP
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
Providers who satisfy any of the criteria for rejection set out in Regulation 23 (1), Public Contracts Regulatio 2006 shall be treated as ineligible. Providers may be requested to provide such evidence as is reasonably necessary to allow the Authority to establish that the aforementioned criteria does not apply to them.
The successful Provider will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training or other community initiatives as part of the contract. Accordingly, the contract performance conditions may relate in particular to social and environmental considerations.
(a) bankrupt or is being wound up, where his affairs are being administered by the Court, where he has entered in 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 for compulsory winding up or 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 judgement 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 contracting 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 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 organisation, as defined in Article 2(1) of the 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 26.5.1972 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 10.6.1991 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: all organisations that respond to this notice will receive as part of the pre-qualification process, a pre qualifying questionnaire (PQQ) for completion and return.
(b) the presentation of balance sheets or extracts from the balance sheet, 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 3 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.
As per requirements set out in the PQQ. A copy of the PQQ can be requested from the contact point as set out in Section I. the PQQ will be issued to all Providers expressing an interest to this contract notice.
The PQQ shall be issued electronically.
Minimum level(s) of standards possibly required Providers will be required at the time of entering into contract to possess the following insurances:
- Employer's Liability insurance compliant with the amount required by the applicable law. This insurance should include an Indemnity to Principle clause and Waiver of Subrogation in favour of the Contracting Authority,
- Liability for death or bodily injury to employees of the Provider arising out of and in the course of their employment in connection with this Contract. The amount required by applicable law. This insurance should include an Indemnity to Principle clause and Waiver of Subrogation in favour of the Contracting Authority,
- Public liability insurance compliant with the amount required by the applicable law. This insurance should include an Indemnity to Principle clause and Waiver of Subrogation in favour of the Contracting Authority.
Other insurances required by statute.
(a) a list of the works carried out over the past 5 years accompanied by evidence of satisfactory execution for the most important works. The evidence shall indicate the value, date and location of the services and shall specify whether they were carried out according to the rules of trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private involved. Evidence of delivery and services provided shall be given:
- where the recipient was a Contracting Authority, in the form of certificates issued or countersigned by the competent authority,
- where the recipient was a private purchaser, by the purchaser's certification, or, failing this, simply by a declaration by the economic operator.
(c) an indication of the technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and in the case of public service contracts, those upon whom the Provider can call in order to carry out the service;
(d) a description of the technical facilities and measures used by the Service Provider for ensuring quality and the undertaking's study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or Service Provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider and / or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the works;
(g) for public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual labour of the service provider and the number of managerial staff for the last 3 years;
(j) an indication of the propertion of the contract which the service provider intends possibly to subcontract
As per the requirements set out in the PQQ. A copy of the PQQ can be requested from the contact point as set out in Section I. The PQQ will be issued to all Providers expressing an interest to this contract notice.
The PQQ shall be issued electronically. The PQQ must be completed and retuned with all required supporting documentation and information by the deadline listed in Section IV.3.4 of this notice.
The successful Providers will be experienced in and be required to incorporate all duties that are relating to the communal cleaning, window cleaning, cleaning lights (internally and externally) and vacuuming carpets but not limited to.
Minimum level(s) of standards possibly required
The successful Providers will be experienced in and be required to incorporate all duties that are relating to but not limited to communal cleaning, window cleaning, cleaning lights (internally and externally) and vacuuming carpets on a regular basis agreed by the Employer required to enable the Employer to properly fulfill the duties placed upon landlords by any Regulations and the recommendations of the Health and Safety Executive unless amended by the terms of the appointment. The values of the contracts and value of work cannot and will not be guaranteed.
Objective criteria for choosing the limited number of candidates: Criteria in accordance with Regulations 23 (1), 24 and 25 of the Public Contracts Regulations 2006.
Payable documents No
SECTION VI: COMPLEMENTARY INFORMATION
Service providers shall note with the exception of mandatory timescales, all dates included in this contract notice may be amended by the contracting authority at its absolute discretion.
High court of England and Wales
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
Tel. +44 2079476000
Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
Tel. +44 2079476000
Office of Government Commence
Rosebury Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
E-mail: