North Hertfordshire District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Cleaning and Maintenance of Public Conveniences |
Notice type: | Contract Notice |
Authority: | North Hertfordshire District Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Cleaning and maintenance of 3 main public convenience facilities in the North Hertfordshire District being located in Hitchin, Letchworth and Royston with additional minor cleaning requirements in Baldock and cleaning options for other facilities. The specification of services sets out the Council's requirements in detail but in summary these include cleaning, maintenance (including DANFO equipment maintenance) and waste disposal. The Contractor is also required to ensure facilities are opened and closed as required (using an automated system or manually as required), provide a contact point for the public and undertake relevant reporting and attend meetings. The Council requires a 3 year contract commencing on 1st April 2014 which is extendable annually by up to a further 2 years. Although the Council is requesting a price for the core cleaning services as set out in the specification there may be opportunity for ad hoc and bespoke repairs and maintenance of the toilets and DANFO or equivalent equipment which the Council estimates at £15,000 per annum. However the Council can not guarantee any additional requirement for such additional repairs and maintenance. The Council is including the estimate of ad hoc maintenance and services within the overall contract price to meet EU requirements. However the Council estimates that the range for the core services, as covered by the specification of services, is between £40,000 and £55,000 per annum. |
Published: | 23/12/2013 17:43 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
North Hertfordshire District Council
District Council Offices, Gernon Road, Letchworth Garden City, SG6 3JF, United Kingdom
Tel. +44 1462474304, Email: chloe.hipwood@north-herts.gov.uk, URL: www.north-herts.gov.uk
Contact: Leisure and Environmental Services, Attn: Chloe Hipwood
Electronic Access URL: www.delta-esourcing.com
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:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Cleaning and Maintenance of Public Conveniences
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 14
Region Codes: UKH23 - Hertfordshire
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:
Public conveniences. Repair and maintenance of public conveniences. Cleaning and maintenance of 3 main public convenience facilities in the North Hertfordshire District being located in Hitchin, Letchworth and Royston with additional minor cleaning requirements in Baldock and cleaning options for other facilities. The specification of services sets out the Council's requirements in detail but in summary these include cleaning, maintenance (including DANFO equipment maintenance) and waste disposal. The Contractor is also required to ensure facilities are opened and closed as required (using an automated system or manually as required), provide a contact point for the public and undertake relevant reporting and attend meetings.
The Council requires a 3 year contract commencing on 1st April 2014 which is extendable annually by up to a further 2 years.
Although the Council is requesting a price for the core cleaning services as set out in the specification there may be opportunity for ad hoc and bespoke repairs and maintenance of the toilets and DANFO or equivalent equipment which the Council estimates at £15,000 per annum. However the Council can not guarantee any additional requirement for such additional repairs and maintenance.
The Council is including the estimate of ad hoc maintenance and services within the overall contract price to meet EU requirements. However the Council estimates that the range for the core services, as covered by the specification of services, is between £40,000 and £55,000 per annum.
II.1.6)Common Procurement Vocabulary:
45215500 - Public conveniences.
FF01-1 - For cleaning
50760000 - Repair and maintenance of public conveniences.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.1.8)Lots:
This contract is divided into lots: Not Provided
II.1.9)Information about variants:
Variants will be accepted: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The Council requires a 3 year contract commencing on 1st April 2014 which is extendable by up to a further 2 years.
Estimated value range includes the option to extend, estimate of core services and the estimated value of ad hoc maintenance and repair services (being outside the core specification)
The estimated range for the core services is £40,000 to £55,000 per annum and the estimate for ad hoc additional maintenance and repair is £15,000 per annum.
These are estimates only and the Council makes no representation concerning the current market and any expectation of prices.
The Council may, by agreement with the sucessful contractor, vary the contract to increase the number of public conveniences covered by the services. This may change the economic balance of the contract in favour of the successful contractor during the contract term or extension. The Council envisages that it is possible that 3 additional public conveniences, at different locations in the District, may individually be the subject of variation.
Estimated value excluding VAT:
Range between: 275,000 and 350,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: Contract includes an option to extend by up to a further 2 years.
If known, Provisional timetable for recourse to these options:
Duration in months: 36 (from the award of the contract)
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/04/2014
Completion: 31/03/2017
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/A
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see conditions of contract
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please see conditions of 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 conditions of contract include performance monitoring arrangements which incorporate specific mechanisms and penalties for accumulated default points.
The Council may, by agreement, vary the contract to increase the number of public conveniences covered by the services. This may change the economic balance of the contract in favour of the successful contractor during the contract term or extension.
The Council may also require ad hoc maintenance work and has provided an estimated value in this notice.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(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;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Please see financial evaluation criteria contained with the tender documents and the Council's methodology for financial evaluation.
Minimum Level(s) of standards possibly required:
Please see financial evaluation criteria contained with the tender documents and the Council's methodology for financial evaluation.
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
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: Open
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: File no: LL12745 Contract no: 13/C1253
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: 03/02/2014
Time: 12:00
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
Duration in month(s): 6
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: It is estimated that a subsequent notice will be published in December 2016 if the contract has not been extended.
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.
North Hertfordshire District Council uses an E-Tendering system (Delta) for OJEU Procurements.
ITTs must be returned through Delta at the following website: http://www.delta-esourcing.com. You must be registered on this website to respond. If you are already registered’ you will not need to register again, simply use your existing username and password. Please note that there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 6GQT245Y9K. Please ensure that you follow any instruction provided to you here. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or by email helpdesk@delta-esourcing.com
Tenderers are required to supply an electronic copy of their ITT response and all supporting documents, in either a Microsoft Word or PDF format, to be uploaded to the Delta E-tendering system. You must ensure that the Quality and Price submissions are loaded separately and where indicated, in the system.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Letchworth-Garden-City:-Public-conveniences./6GQT245Y9K
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6GQT245Y9K
GO-20131223-PRO-5354253 TKR-20131223-PRO-5354252
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
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: 23/12/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Letchworth Garden City: Public conveniences.
I.1)Name, Addresses and Contact Point(s):
North Hertfordshire District Council
District Council Offices, Gernon Road, Letchworth Garden City, SG6 3JF, United Kingdom
Tel. +44 1462474304, Email: chloe.hipwood@north-herts.gov.uk, URL: www.north-herts.gov.uk
Contact: Leisure and Environmental Services, Attn: Chloe Hipwood
Electronic Access URL: www.delta-esourcing.com
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The 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 and Maintenance of Public Conveniences
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 14
Region Codes: UKH23 - Hertfordshire
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Public conveniences. Repair and maintenance of public conveniences. This contract has now been awarded for a period of 3 years, with the option to extend for a further 2 years.
II.1.5)Common procurement vocabulary:
45215500 - Public conveniences.
FF01-1 - For cleaning
50760000 - Repair and maintenance of public conveniences.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 290,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 65
Quality - 35
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: File no: LL12745 Contract no: 13/C1253
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 250 - 439125 of 27/12/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 29/03/2014
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Danfo UK Ltd
Postal address: 2 Victory Business Centre, Fleming Way
Town: Isleworth
Postal code: TW7 6DB
Country: United Kingdom
V.4)Information On Value Of Contract
Total final value of the contract
Value: 290,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=95505070
GO-2014415-PRO-5606833 TKR-2014415-PRO-5606832
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 15/04/2014