The Wheatley Housing Group Ltd: COMMUNAL CLEANING SERVICES FOR CUBE HOUSING (WHEATLEY HOUSING GROUP)

  The Wheatley Housing Group Ltd has published this notice through Delta eSourcing

Notice Summary
Title: COMMUNAL CLEANING SERVICES FOR CUBE HOUSING (WHEATLEY HOUSING GROUP)
Notice type: Contract Notice
Authority: The Wheatley Housing Group Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Communal Cleaning Services The Project Scope to deliver this Communal Cleaning Service sets out the tasks, which will include:•Brush all common floor and stair areas and remove all debris from site.•Wash all common floor and stairs area. Leave no excess water on floor or stairs that might cause a hazard.•Clean both internal and exterior front door entrance including control entry panel. •Remove all marks from walls as required.•Clean down all associated metal balustrades and metal handrails.•Clean and polish all area screens, including frames and glass (both sides) •The contractors must remove/ replace all loose floor covering and small items of furniture while cleaning areas.•Clean down all stainless steel lifts and architraves on each floor including lift interior.
Published: 09/12/2014 20:52

View Full Notice

UK-GLASGOW: Cleaning services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Cube Housing - The Wheatley Housing Group
      25 Cochrane Street, GLASGOW, G1 1HL, United Kingdom
      Tel. +44 1412746488, URL: www.wheatley-group.com, URL: 25 Cochrane Street, Glasgow, G1 1HL
      Attn: June Baxter

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   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:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: COMMUNAL CLEANING SERVICES FOR CUBE HOUSING (WHEATLEY HOUSING GROUP)
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKM34 - Glasgow City         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Cleaning services. Communal Cleaning Services The Project Scope to deliver this Communal Cleaning Service sets out the tasks, which will include:•Brush all common floor and stair areas and remove all debris from site.•Wash all common floor and stairs area. Leave no excess water on floor or stairs that might cause a hazard.•Clean both internal and exterior front door entrance including control entry panel. •Remove all marks from walls as required.•Clean down all associated metal balustrades and metal handrails.•Clean and polish all area screens, including frames and glass (both sides) •The contractors must remove/ replace all loose floor covering and small items of furniture while cleaning areas.•Clean down all stainless steel lifts and architraves on each floor including lift interior.
         
      II.1.6)Common Procurement Vocabulary:
         90910000 - Cleaning services.
         

      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: No
      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:
      The Project Scope to deliver this Communal Cleaning Service sets out the tasks, which will include:•Brush all common floor and stair areas and remove all debris from site.•Wash all common floor and stairs area. Leave no excess water on floor or stairs that might cause a hazard.•Clean both internal and exterior front door entrance including control entry panel. •Remove all marks from walls as required.•Clean down all associated metal balustrades and metal handrails.•Clean and polish all area screens, including frames and glass (both sides) •The contractors must remove/ replace all loose floor covering and small items of furniture while cleaning areas.•Clean down all stainless steel lifts and architraves on each floor including lift interior.         
         Estimated value excluding VAT: 280,000
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: The initial duration of the contract will be for 24 months with an option to extend for two individual further periods of 12 months if required                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 24 (from the award of the contract)

   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:
      To be specified within the contract
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      To be specified within the contract
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      To be specified within the contract
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The suppliers and their supply chain will be expected to actively participate in the achievement of social, environmental and/or sustainability policy objectives relating to community benefits and supply chain initiatives. Evaluation criteria relating to this will be specified within the contract      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      PreQualification Questionnaire will be provided to applicants who submit a request to participate      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Applicants will be required to meet the minimum standards of economic and financial standing as set out in the PreQualification Questionnaire which will be provided to applicants who submit a request to participate         
         Minimum Level(s) of standards possibly required:
         Noted within the the PreQualification Questionnaire
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Details will be provided to applicants who submit a request to participate         
         Minimum Level(s) of standards possibly required:
         Details will be provided to applicants who submit a request to participate      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
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: 8         
         Objective Criteria for choosing the limited number of candidates:
         The contracting authority will score responses to the PQQ in accordance with methodology therein to identify the ranking of applicants The eight organisations / consortia who achieve the highest scores, subject to having achieved a minimum score of 60, will be selected to be invited to tender   
   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: C540      
      IV.3.2)Previous publication(s) concerning the same contract: No

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



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 19/01/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Not Provided         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: 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. The pre-qualification questionnaire must be completed and submitted electronically using the delta-esourcing web portal.Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta.You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the home page.Suppliers must log in and add the following access code: 9YAQ5K846P. Please ensure you follow any instruction provided to you here.The deadline for submitting your response is 12:00 noon on the date set out in IV.3.4 above. Please ensure that you allow yourself plenty of time to upload your documents when responding to this invitation prior to the closing date and time.If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on +4408452707050 or email helpdesk@delta-esourcing.com.Suppliers shall be aware that the date referred to in IV.3.5 is a best estimate only at the time of dispatch of this notice and the contracting authority reserves the right to alter such date. The contracting authority reserves the right not to award any contract as a result of the procurement process initiated by this notice and in such an event will not be liable for any costs incurred by any party.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=122775416
GO-2014129-PRO-6215878 TKR-2014129-PRO-6215877
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Lodging of appeals: Lodging of appeals: Lodging of appeals: Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum of a 10 calendar day standstill period once the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants can make a written request for de-brief information and the this information must be provided within 15 days of this written request being received. Such additional information should be requested from the address in I.1. If an appeal regarding the award of contract has not been successfully resolved, ThePublic Contracts (Scotland) Regulations 2012 (SSI 2012/88) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the Sheriff Court or Court of Session. Any such action must be brought promptly (generally within 30 days).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 09/12/2014

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Cube Housing
      Burgh Halls, 24 Gairbraid Avenue, Glasgow, G20 8YE, United Kingdom

View any Notice Addenda

View Award Notice