Contract notice

Information

Published

Date of dispatch of this notice: 27/11/2015

Expire date: 07/01/2016

External Reference: 2015-155644

TED Reference: 2015/S 232-421992

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Genesis Housing Association Limited - UKI
IP31241R
Atelier House, 64 Pratt Street, Camden
NW1 0DL  London
UK
For the attention of: Sandip Shergill
E-mail: Sandip.Shergill@genesisha.org.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/35281
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12965&B=OGC
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12965&B=OGC
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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)
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: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Cleaning and Grounds Maintenance Services

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No14:  Building-cleaning services and property management services
    Main site or location of works, place of delivery or of performance:

    Lincolnshire, Bedfordshire, Northamptonshire, Buckinghamshire, Berkshire, Cambridgeshire, Norfolk, Suffolk, Hertfordshire, Essex, London Boroughs of Brent, Barnet, Harrow, Wandsworth, Ealing, Hillingdon, Southwark, Hammersmith and Fulham, Kensington and Chelsea, Westminster, Lambeth, Croydon, Merton & Surrey, London Boroughs of Havering, Camden, Islington, Haringey, Enfield, Hackney, Waltham Forest, Redbridge, Havering, Newham, Tower Hamlets and Barking & Dagenham

    NUTS code
    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.1.5)

    Short description of the contract or purchase(s)

    The Contracting Authority, Genesis Housing Association (GHA) is seeking expressions of interest from suitably qualified and experienced service providers to enter into a contract for the provision of the services listed below.

    Please note that over the course of the Contract a range of Genesis properties will be included and excluded from the scope of the Contract, as directed by GHA. This will include any properties added or removed as a result of changes to the Genesis group structure during the Contract term and therefore the Contract and the Services shall be for the benefit of GHA and its affiliates (meaning its subsidiaries, any holding organisation and any other subsidiaries of GHA’s holding organisation, as may vary from time to time during the term of the Contract). [GHA affiliate organisations may contract directly with the successful Applicant in which case the terms and conditions of the Contract shall apply equally as between GHA and the successful Applicant:

    • Communal Cleaning (including windows)

    • Graffiti / Fly Posting Removal

    • Deep Cleans

    • Bulk Rubbish / Fly Tipping Removal

    • Environmental Waste Removal

    • Paladin Bin Cleaning & Replacement

    • Litter Picking

    • Grass Cutting

    • Shrub, Rose & Hedge Maintenance

    • Tree Maintenance (including at height)

    • Weed Spraying

    • Pest Control

    • Gritting / Snow Clearance

    • Lamp Replacement (not at height)

    • Playground Equipment Maintenance

    The Contract will commence on or around April 2016 and will last for an initial term of four years, with up to two extended periods of two years, meaning a total potential term of eight years.

    NOTE: To register your interest in this notice and obtain any additional information please visit the EU-Supply Web Site at https://uk.eu-supply.com. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. 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.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    77314000   Grounds maintenance services
    Supplementary vocabulary
    90910000   Cleaning services
    71421000   Landscape gardening services
    77211400   Tree-cutting services
    77211500   Tree-maintenance services
    77312000   Weed-clearance services
    77312100   Weed-killing services
    77340000   Tree pruning and hedge trimming
    77341000   Tree pruning
    77342000   Hedge trimming
    90511300   Litter collection services
    90690000   Graffiti removal services
    90911000   Accommodation, building and window cleaning services
    90911200   Building-cleaning services
    90911300   Window-cleaning services
    90914000   Car park cleaning services
    90922000   Pest-control services
    50870000   Repair and maintenance services of playground equipment
    90620000   Snow-clearing services
    90918000   Bin-cleaning services
    90500000   Refuse and waste related services
    90510000   Refuse disposal and treatment
    90511000   Refuse collection services
    90511100   Urban solid-refuse collection services
    90511200   Household-refuse collection services
    90513000   Non-hazardous refuse and waste treatment and disposal services
    90513100   Household-refuse disposal services
    90513200   Urban solid-refuse disposal services
    31520000   Lamps and light fittings
    31524000   Ceiling or wall light fittings
    31524100   Ceiling light fittings
    31531000   Light bulbs
    31532000   Parts of lamps and light fittings
    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:  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:

    Estimated cost excluding VAT: 50000000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Information about lots

    Lot No: 1  Lot title: Lot A (Counties)
    1)

    Short description:

    Lincolnshire, Bedfordshire, Northamptonshire,

    Buckinghamshire, Berkshire, Cambridgeshire, Norfolk,

    Suffolk, Hertfordshire

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    77314000   Grounds maintenance services
    Supplementary vocabulary
    90910000   Cleaning services
    71421000   Landscape gardening services
    77211400   Tree-cutting services
    77211500   Tree-maintenance services
    77312000   Weed-clearance services
    77312100   Weed-killing services
    77340000   Tree pruning and hedge trimming
    77341000   Tree pruning
    77342000   Hedge trimming
    90511300   Litter collection services
    90690000   Graffiti removal services
    90911000   Accommodation, building and window cleaning services
    90911200   Building-cleaning services
    90911300   Window-cleaning services
    90914000   Car park cleaning services
    90922000   Pest-control services
    50870000   Repair and maintenance services of playground equipment
    90620000   Snow-clearing services
    90918000   Bin-cleaning services
    90500000   Refuse and waste related services
    90510000   Refuse disposal and treatment
    90511000   Refuse collection services
    90511100   Urban solid-refuse collection services
    90511200   Household-refuse collection services
    90513000   Non-hazardous refuse and waste treatment and disposal services
    90513100   Household-refuse disposal services
    90513200   Urban solid-refuse disposal services
    31520000   Lamps and light fittings
    31524000   Ceiling or wall light fittings
    31524100   Ceiling light fittings
    31531000   Light bulbs
    31532000   Parts of lamps and light fittings
    3)

    Quantity or scope:

    4)

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

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Lot B (Essex)
    1)

    Short description:

    Essex

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    77314000   Grounds maintenance services
    Supplementary vocabulary
    90910000   Cleaning services
    71421000   Landscape gardening services
    77211400   Tree-cutting services
    77211500   Tree-maintenance services
    77312000   Weed-clearance services
    77312100   Weed-killing services
    77340000   Tree pruning and hedge trimming
    77341000   Tree pruning
    77342000   Hedge trimming
    90511300   Litter collection services
    90690000   Graffiti removal services
    90911000   Accommodation, building and window cleaning services
    90911200   Building-cleaning services
    90911300   Window-cleaning services
    90914000   Car park cleaning services
    90922000   Pest-control services
    50870000   Repair and maintenance services of playground equipment
    90620000   Snow-clearing services
    90918000   Bin-cleaning services
    90500000   Refuse and waste related services
    90510000   Refuse disposal and treatment
    90511000   Refuse collection services
    90511100   Urban solid-refuse collection services
    90511200   Household-refuse collection services
    90513000   Non-hazardous refuse and waste treatment and disposal services
    90513100   Household-refuse disposal services
    90513200   Urban solid-refuse disposal services
    31520000   Lamps and light fittings
    31524000   Ceiling or wall light fittings
    31524100   Ceiling light fittings
    31531000   Light bulbs
    31532000   Parts of lamps and light fittings
    3)

    Quantity or scope:

    4)

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

    5)

    Additional information about lots:

    Lot No: 3  Lot title: Lot C (West London/South London & Surrey)
    1)

    Short description:

    London Boroughs of Brent, Barnet, Harrow,

    Wandsworth, Ealing, Hillingdon, Southwark,

    Hammersmith and Fulham, Kensington and

    Chelsea, Westminster, Lambeth, Croydon, Merton &

    Surrey

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    77314000   Grounds maintenance services
    Supplementary vocabulary
    90910000   Cleaning services
    71421000   Landscape gardening services
    77211400   Tree-cutting services
    77211500   Tree-maintenance services
    77312000   Weed-clearance services
    77312100   Weed-killing services
    77340000   Tree pruning and hedge trimming
    77341000   Tree pruning
    77342000   Hedge trimming
    90511300   Litter collection services
    90690000   Graffiti removal services
    90911000   Accommodation, building and window cleaning services
    90911200   Building-cleaning services
    90911300   Window-cleaning services
    90914000   Car park cleaning services
    90922000   Pest-control services
    50870000   Repair and maintenance services of playground equipment
    90620000   Snow-clearing services
    90918000   Bin-cleaning services
    90500000   Refuse and waste related services
    90510000   Refuse disposal and treatment
    90511000   Refuse collection services
    90511100   Urban solid-refuse collection services
    90511200   Household-refuse collection services
    90513000   Non-hazardous refuse and waste treatment and disposal services
    90513100   Household-refuse disposal services
    90513200   Urban solid-refuse disposal services
    31520000   Lamps and light fittings
    31524000   Ceiling or wall light fittings
    31524100   Ceiling light fittings
    31531000   Light bulbs
    31532000   Parts of lamps and light fittings
    3)

    Quantity or scope:

    4)

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

    5)

    Additional information about lots:

    Lot No: 4  Lot title: Lot D (North London/East London)
    1)

    Short description:

    London Boroughs of Havering, Camden, Islington,

    Haringey, Enfield, Hackney, Waltham Forest,

    Redbridge, Havering, Newham, Tower Hamlets and

    Barking & Dagenham

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    77314000   Grounds maintenance services
    Supplementary vocabulary
    90910000   Cleaning services
    71421000   Landscape gardening services
    77211400   Tree-cutting services
    77211500   Tree-maintenance services
    77312000   Weed-clearance services
    77312100   Weed-killing services
    77340000   Tree pruning and hedge trimming
    77341000   Tree pruning
    77342000   Hedge trimming
    90511300   Litter collection services
    90690000   Graffiti removal services
    90911000   Accommodation, building and window cleaning services
    90911200   Building-cleaning services
    90911300   Window-cleaning services
    90914000   Car park cleaning services
    90922000   Pest-control services
    50870000   Repair and maintenance services of playground equipment
    90620000   Snow-clearing services
    90918000   Bin-cleaning services
    90500000   Refuse and waste related services
    90510000   Refuse disposal and treatment
    90511000   Refuse collection services
    90511100   Urban solid-refuse collection services
    90511200   Household-refuse collection services
    90513000   Non-hazardous refuse and waste treatment and disposal services
    90513100   Household-refuse disposal services
    90513200   Urban solid-refuse disposal services
    31520000   Lamps and light fittings
    31524000   Ceiling or wall light fittings
    31524100   Ceiling light fittings
    31531000   Light bulbs
    31532000   Parts of lamps and light fittings
    3)

    Quantity or scope:

    4)

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

    5)

    Additional 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:

    A Parent Company Guarantee and /or Performance Bond may be required by the Authority, the details of which will be set out in the Invitation to Tender (ITT) and accompanying documentation

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    The terms of payment will be set out in the ITT and accompanying documentation.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    The Contracting Authority reserves the right to require groups of economic operators to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability

    irrespective of the form of the vehicle to be established.

    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:

    Discretionary Exclusions - Regulation 57(8) of the Public Contracts Regulations 2015

    (8) Contracting authorities may exclude from participation in a procurement procedure any economic operator in any of the following situations:—

    (a) where the contracting authority can demonstrate by any appropriate means a violation of applicable obligations referred to in regulation 56(2);

    (b) where the economic operator is bankrupt or is the subject of insolvency or winding-up proceedings, where its assets are being administered by a liquidator or by the court, where it is in an arrangement with creditors, where its business activities are suspended or it is in any analogous situation arising from a similar procedure under the laws and regulations of any State;

    (c) where the contracting authority can demonstrate by appropriate means that the economic operator is guilty of grave professional misconduct, which renders its integrity questionable;

    (d) where the contracting authority has sufficiently plausible indications to conclude that the economic operator has entered into agreements with other economic operators aimed at distorting competition;

    (e) where a conflict of interest within the meaning of regulation 24 cannot be effectively remedied by other, less intrusive, measures;

    (f) where a distortion of competition from the prior involvement of the economic operator in the preparation of the procurement procedure, as referred to in regulation 41, cannot be remedied by other, less intrusive, measures;

    (g) where the economic operator has shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract

    with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions;

    (h) where the economic operator—

    (i) has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria; or

    (ii) has withheld such information or is not able to submit supporting documents required under regulation 59; or

    (i) where the economic operator has—

    i) undertaken to—

    (aa) unduly influence the decision-making process of the contracting authority, or

    (bb) obtain confidential information that may confer upon it undue advantages in the procurement procedure; or

    (ii) negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please see PQQ

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if the requirements are met:

    Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ).

    This questionnaire is available electronically from www.EU-Supply.com and

    must be returned an electronic copy format to GHA by the date stipulated.

    III.3)

    Conditions specific to services 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 number of operators:  12
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of  the criteria stated below
    1. Quality . Weighting 40
    2. Price . Weighting 60
    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

    GHA002

    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

    07.01.2016 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    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:

    1. GHA reserves the right to cancel the procurement at any time and not to

    proceed with the award of any contract at any stage of the procurement process.

    2. It is for those invited to tender to satisfy themselves of the position but

    tenderers should note that the provisions of the Transfer of Undertakings

    (Protection of Employment) Regulations 2006 may apply to this Contract.

    3. All applicants are solely responsible for their costs and expenses incurred in

    connection with the preparation and submission of the PQQ and all future

    stages of the selection and evaluation process. Under no circumstances will

    GHA or any of its advisers be liable for any costs or expenses borne by the

    applicant or its associated relevant organisations or any of its advisers in this

    process whether the applicant is successful or otherwise.

    4. Please visit GHA’s Tender portal www.Eu-Supply.com to become a registered

    member and obtain the relevant tender documentation.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    Royal Courts of Justice
    The Strand
    WC2A 2LL  London
    UK
    Telephone: +44 207947600
    Internet address:
     

    Body responsible for mediation procedures

    Centre for Effective Dispute Resolution (CEDR)
    70 Fleet Street
    EC4Y 1EU  London
    UK
    Telephone: +44 2075366000
    E-mail: info@cedr.com
    Internet address:
    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Precise information on deadline(s) for lodging appeals:

    In accordance with regulations 86 to 102 (inclusive) of the Public Contracts

    Regulations 2015.

    The contracting authority will incorporate a standstill period at the point of

    information on the award of the contract is communicated to tenderers. That

    notification will provide full information on the award decision. The standstill

    period, which will be for a minimum of 10 calendar days, provides time for

    unsuccessful tenderers to challenge the award decision before the contract is

    entered into. Such additional information should be requested from the EUSupply

    Portal.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    Cabinet Office
    70 Whitehall
    SW1A 2AS  London
    UK
    Internet address: