Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Metro
Wellington House, 40-50, Wellington Street
For the attention of: Christopher Brooks
LS1 2DE Leeds
UNITED KINGDOM
Telephone: +44 1132517272
E-mail:
Internet address(es):
General address of the contracting authority: www.wymetro.com
Electronic access to information: www.delta-esourcing.com Access code DQR99BU3F8
Electronic submission of tenders and requests to participate: www.delta-esourcing.com
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 authorityBody governed by public law
I.3)Main activityOther: Passenger Transport
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:Cleaning - Bus Stations.
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 UKE4
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)Cleaning services. Accommodation, building and window cleaning services. Cleaning bus stations in West Yorkshire: Batley, Brighouse, Cleckheaton, Dewsbury, Halifax, Huddersfield, Keighley, Leeds, Ossett and Pudsey. The work will involve deep cleaning of toilet areas, scrubbing/sweeping concourse areas, regular emptying of litter bins, removing chewing gum and graffiti, cleaning windows, window ledges (which may be at high level), and ceilings, wiping seating areas, cleaning, and removing debris from, some outside areas and removing hazardous waste.
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): yes
II.1.8)Lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:To be provided in the tender documents.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
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:Joint and several liability.
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 abilityInformation and formalities necessary for evaluating if the requirements are met: (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.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Please refer to the PQQ for clarity of documents required.
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 participate
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:2350
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 12.2.2014 - 16:00
IV.3.4)Time limit for receipt of tenders or requests to participate13.2.2014 - 10:00
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 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 proceduresMetro
Wellington House, 40-50 Wellington Street
LS1 2DE Leeds
UNITED KINGDOM
Telephone: +44 1132517272
Body responsible for mediation procedures
Metro
Wellington House, 40-50 Wellington Street
LS1 2DE Leeds
UNITED KINGDOM
Telephone: +44 1132517272
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedMetro
Wellington House, 40-50 Wellington Street
LS1 2DE Leeds
UNITED KINGDOM
Telephone: +44 1132517272
VI.5)Date of dispatch of this notice:9.1.2014