Date of dispatch of this notice: 27/11/2015
Expire date: 07/01/2016
External Reference: 2015-155644
TED Reference: 2015/S 232-421992
Date of dispatch of this notice: 27/11/2015
Expire date: 07/01/2016
External Reference: 2015-155644
TED Reference: 2015/S 232-421992
Cleaning and Grounds Maintenance Services
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
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.
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
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
The terms of payment will be set out in the ITT and accompanying documentation.
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.
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.
Please see PQQ
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.
GHA002
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.
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.