SECTION I: CONTRACTING AUTHORITY
I.1)NAME, ADDRESSES AND CONTACT POINT(S)London Borough of Bexley
Bexley Civic Offices, Broadway
Attn: Procurement Manager
DA6 7LB Bexleyheath
UNITED KINGDOM
E-mail:
Fax +44 2030455461
Internet address(es)
General address of the contracting authority www.bexley.gov.uk
Address of the buyer profile www.londontenders.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: Due North
London Tenders portal
Newcastle
UNITED KINGDOM
Internet: www.londontenders.org
Tenders or requests to participate must be sent to: Due North
London Tenders portal
Newcastle
UNITED KINGDOM
Internet: www.londontenders.org
I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIESRegional or local authority
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 authorityCleaning and Removals Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category: No 14
NUTS code UKI22
II.1.3)The notice involvesA public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Accommodation, building and window cleaning services. Hire of goods-transport vehicles with driver. Window-cleaning services. Cleaning products. Storage and warehousing services. Cleaning and removals services comprising of four (4) Lots Office cleaning services Window cleaning services Cleaning supplies Removals and storage.
II.1.6)Common procurement vocabulary (CPV)90911000, 60180000, 90911300, 39830000, 63120000
II.1.7)Contract covered by the Government Procurement Agreement (GPA)No
II.1.8)Division into lotsYes
tenders should be submitted for one or more lots
II.1.9)Variants will be acceptedNo
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scopeThe London Borough of Bexley is re-procuring contracts associated with Cleaning and Removals Services. The estimated annual expenditure, based on latest available data, is in the region of 560 000 GBP. Moreover, the successful contractor or contractors will also be in a strong position to develop additional work from Bexley Schools some of which utilise the services provided by the Council’s chosen contractors.
Lots are as follows:
Lot 1 Office cleaning services.
Lot 2 Window cleaning services.
Lot 3 Cleaning supplies.
Lot 4 Removals and storage.
Excluding VAT
Range between 560 000 and 2 800 000 GBP
II.2.2)Options
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION Starting 1.11.2011.
INFORMATION ABOUT LOTS
LOT NO: 1 TITLE Office cleaning services1)SHORT DESCRIPTIONComprising of cleaning of public buildings and offices.
2)COMMON PROCUREMENT VOCABULARY (CPV) 3)QUANTITY OR SCOPEOffice cleaning services to administrative and public buildings, libraries and Social Services premises.
Excluding VAT
Range between 384 000 and 1 920 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE Window cleaning services1)SHORT DESCRIPTIONWindow cleaning (inside & out) to admin. and public buildings, libraries and social services premises.
2)COMMON PROCUREMENT VOCABULARY (CPV) 3)QUANTITY OR SCOPEExcluding VAT
Range between 14 000 and 70 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 3 TITLE Cleaning supplies1)SHORT DESCRIPTIONProvision of janitorial/cleaning supplies.
2)COMMON PROCUREMENT VOCABULARY (CPV) 3)QUANTITY OR SCOPEProvison of janitorial and cleaning supplies to include paper hand towels, toilet rolls, liquid soap, etc.
Excluding VAT
Range between 46 000 and 230 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 4 TITLE Removals and storage1)SHORT DESCRIPTIONRemoval and storage services for Council properties and certain private tenants.
2)COMMON PROCUREMENT VOCABULARY (CPV) 3)QUANTITY OR SCOPEPacking as necessary, collection, haulage, delivery and off-loading of office furniture/equipment plus storage of tenants' personal possessions and belongings as directed.
Excluding VAT
Range between 114 000 and 570 000 GBP
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
III.1.4)Other particular conditions to which the performance of the contract is subject
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 requirements are met: (a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into 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 he 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 ay 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 of the country 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 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.
III.2.2)Economic and financial capacityInformation and formalities necessary for evaluating if requirements are met: Appilcant companies are required to complete and return a Pre Qualification Questionnaire (PQQ) - responses to which will be evaluated and used to form a shortlist.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if requirements are met:
Appilcant companies are required to complete and return a Pre Qualification Questionnaire (PQQ) - responses to which will be evaluated and used to form a shortlist.
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5
Objective criteria for choosing the limited number of candidates: As contained within the Pre Qualification questionnaire.
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)An electronic auction will be usedNo
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority4120/4121 and 4123/4124
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documentsPayable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate8.7.2011 - 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 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)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATIONGO Reference: GO-201168-PRO-2416051.
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:8.6.2011