Metro : Bus Station Cleaning

  Metro is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Bus Station Cleaning
Notice type: Contract Notice
Authority: Metro
Nature of contract: Services
Procedure: Restricted
Short Description: The work will involve night cleaning of a number of manned and unmanned bus stations. Times will vary but in the main will be between the hours of 22.00 and 06.00. It will also include daytime cleaning of Halifax bus station.
Published: 28/04/2014 09:52
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leeds,: Cleaning services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      West Yorkshire Combined Authority
      Wellington House,, 40-50, Wellington Street,, Leeds,, LS1 2DE, United Kingdom
      Tel. +44 1132517272, Email: chris.brooks@westyorks-ca.gov.uk, URL: www.westyorks-ca.gov.uk
      Attn: Christopher Brooks
      Electronic Access URL: www.delta-esourcing.com Access code CXG9695WF9
      Electronic Submission 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:
      Other: Passenger Transport

   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: Bus Station Cleaning
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 14

         Region Codes: UKE4 - West Yorkshire         
      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. Accommodation, building and window cleaning services. Building-cleaning services. The work will involve night cleaning of a number of manned and unmanned bus stations. Times will vary but in the main will be between the hours of 22.00 and 06.00. It will also include daytime cleaning of Halifax bus station.
         
      II.1.6)Common Procurement Vocabulary:
         90910000 - Cleaning services.
         
         90911000 - Accommodation, building and window cleaning services.
         
         90911200 - Building-cleaning services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      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:
      Full details will be given in the tender documents.                  
         Estimated value excluding VAT:
         Range between: 250,000 and 500,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         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: 36 (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:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      A pre-qualification questionnaire (PQQ) must be downloaded, completed and submitted. This contains details of the standards required.

Applications will be evaluated on skill, experience, competence, integrity, financial standing and responsibility. Details, including minimum standards, are in the PQQ.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (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:
         A pre-qualification questionnaire (PQQ) must be downloaded, completed and submitted. This contains details of the standards required.         
         Minimum Level(s) of standards possibly required:
         Applications will be evaluated on skill, experience, competence, integrity, financial standing and responsibility. Details, including minimum standards, are in the PQQ.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         
         Information and formalities necessary for evaluating if requirements are met:
         A pre-qualification questionnaire (PQQ) must be downloaded, completed and submitted. This contains details of the standards required.         
         Minimum Level(s) of standards possibly required:
         Applications will be evaluated on skill, experience, competence, integrity, financial standing and responsibility. Details, including minimum standards, are in the PQQ.      
      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: Not Provided
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:
                        
         Objective Criteria for choosing the limited number of candidates:
         Applications will be evaluated on skill, experience, competence, integrity, financial standing and responsibility. Details, including minimum standards, are in the PQQ.   
   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: 2359      
      IV.3.2)Previous publication(s) concerning the same contract: No

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

      Date: 30/05/2014
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 02/06/2014
         Time: 10:00      
      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:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leeds%2C:-Cleaning-services./CXG9695WF9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/CXG9695WF9
GO-2014428-PRO-5634398 TKR-2014428-PRO-5634397
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      West Yorkshire Combined Authority
      Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
      Tel. +44 1132517272

      Body responsible for mediation procedures:
               West Yorkshire Combined Authority
         Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
         Tel. +44 1132517272

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            West Yorkshire Combined Authority
      Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
      Tel. +44 1132517272

   VI.5) Date Of Dispatch Of This Notice: 28/04/2014

ANNEX A

View any Notice Addenda

View Award Notice