UK-London: accommodation, building and window cleaning services

Sourced By: http://www.theconstructionindex.co.uk

Directive 2004/18/EC

 

Section I: Contracting authority

 

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

For the attention of: Telephone: A2Dominion Group Ltd 15th Floor, Capitall House, 25 Chapel Street Saleh Mirza NW1 5WX London UNITED KINGDOM +44 2088251000 Internet address(es): General address of the contracting authority: www.a2dominion.co.uk Address of the buyer profile: www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA12961 Further information can be obtained from: For the attention of: Telephone: E-mail: Fax: Internet address: Faithorn Farrell Timms LLP Berwick House, 8 – 10 Knoll Rise Paul Smith BR6 0EL Orpington UNITED KINGDOM +44 1689885080 paulsmith@effefftee.co.uk +44 1689885081 www.effefftee.co.uk Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: For the attention of: Telephone: E-mail: Fax: Internet address: Faithorn Farrell Timms LLP Berwick House, 8 – 10 Knoll Rise Jodie Wakeman BR6 0EL Orpington UNITED KINGDOM +44 1689885080 jodiewakeman@effefftee.co.uk +44 1689885081 www.effefftee.co.uk Tenders or requests to participate must be sent to: For the attention of: Telephone: E-mail: Fax: Internet address: Faithorn Farrell Timms LLP Berwick House, 8 – 10 Knoll Rise Paul Smith BR6 0EL Orpington UNITED KINGDOM +44 1689885080 paulsmith@effefftee.co.uk +44 1689885081 www.effefftee.co.uk

 

I.2) Type of the contracting authority

 

Body governed by public law

 

I.3) Main activity

 

Housing and community amenities

 

I.4) Contract award on behalf of other contracting authorities

 

Section II: Object of the contract

 

II.1) Description

 

II.1.1) Title attributed to the contract by the contracting authority:

 

Accommodation Management, Cleaning Services and Associated Works for A2Dominion Housing Group Ltd.

 

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:Londonand the South of England. NUTS code UK UNITED KINGDOM

 

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)

 

 

 

A2Dominion Housing Group Ltd wish to appoint experienced and qualified Contractors in connection with the delivery of their Programme of Accommodation Management, Cleaning Services and Associated Works. The services will comprise of, but are not limited to, providing specialist cleaning and keyholder services to their current residential and non-residential properties, and any future properties, inLondonand across the South of England. NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at www.myTenders.org/Search/Search_Switch.aspx?ID=84215

 

II.1.6) Common procurement vocabulary (CPV)

 

 

 

90911000 Accommodation, building and window cleaning services 90900000 Cleaning and sanitation services 90500000 Refuse and waste related services 90910000 Cleaning services 79993100 Facilities management services

 

II.1.7) Information about Government Procurement Agreement (GPA)

 

 

 

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:

 

 

 

Please see individualLotinformation for details on the number of properties and estates with estimated annual values.

 

II.2.2) Information about options

 

 

 

Options: no

 

II.2.3) Information about renewals

 

 

 

II.3) Duration of the contract or time limit for completion

 

 

 

Starting 5.11.2012. Completion 5.11.2017

 

Information about lots

 

 

 

Lot No: 1 Lot title: Lot 1 – Spelthrone /Bristol/Reading/ Redhill andGuildford

 

1) Short description

 

 

 

The work for all regional areas will predominately be for accommodation management, cleaning services and associated works, but may also include a number of other services as detailed below. The Services can include, but are not restricted to: Keyholder services: — fire alarm reset, — security alarm reset, — attendance to fire alarm activations and other emergency call outs, outside of office hours, — keyholder services. Hotel Services: — routine cleaning of bedrooms, bathrooms, en suites, lounges and other occupied communal and individual areas, — cleaning sanitary fittings, — deep cleans to kitchens and other occupied communal areas, — washing communal curtains & shower curtains, — cleaning furniture, bed mattresses & mattress protectors, — managing delivery and fitting / laying of fresh linen and removing old, — supplying and refilling paper dispensers, — supply and provision of toilet paper to communal bathrooms, — cleaning guest rooms, — cleaning staff rooms, — office cleaning, — void clearances (regular and routine property clearances, including domestic and hazardous waste), — monitoring removal of re-cycling (clinical waste as well normal household waste), — concentrated turn-around of large numbers of rooms at student sites at the end and beginning of the academic year within a specified short period of time. General cleaning: Comprehensive cleaning of internal, external and internal/external common areas including: — window cleaning, — deep cleans, — general cleaning, — litter picking, — graffiti removal, — vandalism work, — light bulb changing, — seasonal works associated with snow clearance, risk assessments, grit application, grit box installation.

 

2) Common procurement vocabulary (CPV)

 

 

 

90911000 Accommodation, building and window cleaning services 90900000 Cleaning and sanitation services 90500000 Refuse and waste related services 90910000 Cleaning services 79993100 Facilities management services

 

3) Quantity or scope

 

 

 

Number of Units – approximately 1 330 accross 7 Estates. Annual Value of Works – approximately 475 000,00 GBP. Estimated value excluding VAT: 2 375 000 GBP

 

4) Indication about different date for duration of contract or starting/completion

 

 

 

5) Additional information about lots

 

 

 

Please note that Tenders may be submitted for all Lots however, Contractors will not be awarded more than 1Lot. Lot No: 2Lottitle: Lot 2 – Oxfordshire

 

1) Short description

 

 

 

The work for all regional areas will predominately be for Accommodation Management, Cleaning Services and Associated Works, but may also include a number of other services as detailed below. The Services can include, but are not restricted to: Keyholder services: — fire alarm reset, — security alarm reset, — attendance to fire alarm activations and other emergency call outs, outside of office hours, — keyholder services. Hotel services: — routine cleaning of bedrooms, bathrooms, en suites, lounges and other occupied communal and individual areas, — cleaning sanitary fittings, — deep cleans to kitchens and other occupied communal areas, — washing communal curtains & shower curtains, — cleaning furniture, bed mattresses & mattress protectors, — managing delivery and fitting / laying of fresh linen and removing old, — supplying and refilling paper dispensers, — supply and provision of toilet paper to communal bathrooms, — cleaning guest rooms, — cleaning staff rooms, — office cleaning, — void clearances (regular and routine property clearances, including domestic and hazardous waste), — monitoring removal of re-cycling (clinical waste as well normal household waste), — concentrated turn-around of large numbers of rooms at student sites at the end and beginning of the academic year within a specified short period of time. General cleaning: Comprehensive cleaning of internal, external and internal/external common areas including: — window cleaning, — deep cleans, — general cleaning, — litter picking, — graffiti removal, — vandalism work, — light bulb changing, — seasonal works associated with snow clearance, risk assessments, grit application, grit box installation.

 

2) Common procurement vocabulary (CPV)

 

 

 

90911000 Accommodation, building and window cleaning services 90900000 Cleaning and sanitation services 90500000 Refuse and waste related services 90910000 Cleaning services 79993100 Facilities management services

 

3) Quantity or scope

 

 

 

Number of Units – approximately 1 150, across 7 Estates. Annual Value of Works – approximately 415 000,00 GBP. Estimated value excluding VAT: 2 075 000 GBP

 

4) Indication about different date for duration of contract or starting/completion

 

 

 

5) Additional information about lots

 

 

 

Please note that Tenders may be submitted for all Lots however, Contractors will not be awarded more than 1Lot.

 

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: Please see pre-qualification questionaire for all relevant requirements.

 

III.2.2) Economic and financial ability

 

 

 

Information and formalities necessary for evaluating if the requirements are met: Please see the pre-qualification questionaire for all relevant requirements.

 

III.2.3) Technical capacity

 

 

 

Information and formalities necessary for evaluating if the requirements are met: Please see the pre-qualification questionaire for all the relevant requirements.

 

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: and maximum number 20

 

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:

 

 

 

IV.3.2) Previous publication(s) concerning the same contract

 

 

 

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

 

 

 

Time limit for receipt of requests for documents or for accessing documents: 4.1.2012

 

IV.3.4) Time limit for receipt of tenders or requests to participate

 

 

 

9.1.2012 – 12:00

 

IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

 

 

 

1.3.2012

 

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 tenders

 

 

 

Section VI: Complementary information

 

 

 

VI.1) Information about recurrence

 

 

 

VI.2) Information about European Union funds

 

 

 

VI.3) Additional information

 

 

 

Please note that the Client reserves the right to cancel this procurement process at any point and may decide not to award the Contract in full, or for any of the given Lots, upon completion of this procurement process. (MT Ref:84215). The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

 

VI.4) Procedures for appeal

 

 

 

VI.4.1) Body responsible for appeal procedures

 

 

 

Telephone: Royal Courts of Justice The Strand WC2 2LL London UNITED KINGDOM +44 2079476000 Body responsible for mediation procedures Telephone: Royal Courts of Justice The Strand WC2 2LL London UNITED KINGDOM +44 2079476000

 

VI.4.2) Lodging of appeals

 

 

 

VI.4.3) Service from which information about the lodging of appeals may be obtained

 

 

 

Telephone: Office ofGovernment Commerce Rosebury Court,St Andrews Business ParkNR7 0HSNorwichUNITED KINGDOM +44 08450004999

 

VI.5) Date of dispatch of this notice:

 

 

 

29.11.2011

 

 

 

 

Comments are closed.

Sites