By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of Soft Facilities Management Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Procurement for Housing Limited
2 Olympic Way, Birchwood
For the attention of: Martin Ellicott
WA2 0YL Warrington
UNITED KINGDOM
Telephone: +44 8458645100
E-mail: [email protected]

Internet address(es):

General address of the contracting authority: http://www.procurementforhousing.co.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA18142

Electronic access to information: www.publiccontractsscotland.gov.uk

Electronic submission of tenders and requests to participate: www.publiccontractsscotland.co.uk

Further information can be obtained from: Procurement for Housing Limited
2 Olympic Way, Birchwood
WA2 0YL Warrington
UNITED KINGDOM
Telephone: +44 8458645100
Internet address: http://www.procurementforhousing.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Procurement for Housing Limited
2 Olympic Way, Birchwood
WA2 0YL Warrington
UNITED KINGDOM
Telephone: +44 8458645100
Internet address: http://www.procurementforhousing.co.uk

Tenders or requests to participate must be sent to: Procurement for Housing Limited
2 Olympic Way, Birchwood
WA2 0YL Warrington
UNITED KINGDOM
Telephone: +44 8458645100
Internet address: http://www.procurementforhousing.co.uk

I.2)Type of the contracting authority
Other: procurement consortium
I.3)Main activity
General public services
Health
Housing and community amenities
Education
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

http://www.procurementforhousing.co.uk/who-we-are/members/

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Soft Facilities Management Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: Scotland.

NUTS code UKM

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
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: 20

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 200 000 and 20 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The framework is for the provision of Soft Facilities Management Services, and will be split into 2 lots:
Cleaning Services and Equipment, and Pest Control Services.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=404281

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)

39830000, 90910000, 90922000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 200 000 and 20 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Cleaning Services and Equipment
1)Short description
- Mopping of floors, vacuuming carpeted floors, deep clean of cookers and fridges, cleaning underneath and behind cookers/fridges, wiping of wooden and metal surfaces, window cleaning inside and out, clean of tenanted properties, deep clean of carpeted floors, wiping of doors, vision panels and frames, cleaning of toilets and hand washing facilities, WC general cleaning, general kitchen area cleaning.
2)Common procurement vocabulary (CPV)

90910000, 39830000

3)Quantity or scope
The suppliers must be able to provide a minimum of the above required services to any PfH member site in Scotland, including members which have multiple sites.
The organisations logistical infrastructure must also be able to support the delivery of Cleaning Services and Equipment to all of the PfH members located in Scotland.
The suppliers must have excellent customer service and support team and be able to provide a dedicated account manager to the framework.
Estimated value excluding VAT:
Range: between 2 000 000 and 20 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Pest Control Services
1)Short description
Supply and maintenance of pest control equipment, collection and appropriate disposal of pests and relocation of protected species. Items including but not limited to; chemicals, traps, bait, rats, mice, fleas, wasp's nests, bed bugs and bats. Suppliers must be Royal Society for Public Health accredited, and a member of the British Pest Control Association.
2)Common procurement vocabulary (CPV)

90922000

3)Quantity or scope
The suppliers must be able to hold a sufficient amount of stock and be able to deliver items quickly.
The suppliers must be able to provide branded and non-branded items and offer a wide range of environmental products.
Be able to provide appropriate Health   Safety advice and offer and deliver training.
The suppliers must be able to provide advice and guidance to members on the suitable items to purchase for their specific requirements.
The suppliers must be able to provide items to all of the PfH member sites located in Scotland, including members which have multiple sites. The organisations logistical infrastructure must also be able to support the delivery of items to all PfH members located in Scotland.
Estimated value excluding VAT:
Range: between 200 000 and 20 000 000 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 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
The performance of the contract is subject to particular conditions: no
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 the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(2) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
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 procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
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)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PfH/Soft Facilities Management Services / 2015
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
29.7.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
19.8.2015
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
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
(SC Ref:404281).
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:
29.6.2015

Other interesting websites