Cleaning Services 2016-2026.
Contract notice
Services
Section I: Contracting authority
The Royal Borough of Kensington and Chelsea Tenant Management Organisation Ltd (‘KCTMO’)
292a Kensal Road
Contact point(s): Landscape and Environment
For the attention of: Jenny Jackson
W10 5BE London
UNITED KINGDOM
Telephone: +44 07931516890
E-mail:
Internet address(es):
General address of the contracting authority: www.kctmo.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA7681
Electronic access to information: www.mytenders.org
Electronic submission of tenders and requests to participate: www.mytenders.org
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)
Section II: Object of the contract
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: The Royal Borough of Kensington and Chelsea.
NUTS code UKI
KCTMO is keen to improve environmental performance and the Service Provider will be required to assist in identifying environmental improvements and work with KCTMO and residents to test the viability of such innovations.
Applicants should be able to demonstrate a commitment to partnering and engagement with residents.
KCTMO wishes to support people who are in long-term unemployment including young people not in education, employment or training and therefore this contract may contain community benefit clauses as allowed within the Regulations.
Note: To register your interest in this notice and obtain any additional information please visit the my-Tenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=168689
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.myTenders.org/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.90900000, 90910000, 90911300
Estimated value excluding VAT:
Range: between 20 340 000 and 30 440 000 GBP
Description of these options: The initial term of the contract is 5 years. Kensington and Chelsea Tenant Management Organisation shall have the option to extend the contract for a further term of 5 years.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
Number of possible renewals: 1
Section III: Legal, economic, financial and technical information
(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 be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(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.
(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.
The minimum turnover requirement for economic operators applying for the contract is an average annual turnover over the last two accounting periods of at least 4 500 000 GBP. If the organisation is providing a guarantee from a parent company then the turnover of the parent company will be taken into account.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The objective criteria for selection the candidates to be invited to tender is set out in the notes accompanying the pre qualification questionnaire.
Section VI: Complementary information
KCTMO makes no guarantee as to the amount or value of work awarded under the contract (MT Ref:168689).
High Court of England and Wales
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM