Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Clean and Clear Services on Void Properties for Cannock Chase District Council
Reference number: IA1305
II.1.2)Main CPV code90910000
II.1.3)Type of contractServices
II.1.4)Short description:
The provision of clearing and cleaning services in void (empty) social housing properties for Cannock Chase District Council
II.1.5)Estimated total valueValue excluding VAT: 320 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Clearence Services in Social Housing Properties
Lot No: 1
II.2.2)Additional CPV code(s)45111213
II.2.3)Place of performanceNUTS code: UKG2
Main site or place of performance:
II.2.4)Description of the procurement:
The Supplier will be responsible for undertaking both scheduled and unscheduled work to clear the gardens of void properties of both natural and man-made waste and pests. In addition, the Supplier may be required to remove waste/refuse from inside the property (including loft areas, balcony areas, outhouses, cellars, and any attached storage sheds). The Supplier’s rate should include for all labour, materials, equipment, skips, transportation and all associated off site costs as may be deemed necessary for the removal of the waste. The Supplier must demonstrate where hazardous and non-hazardous waste is being disposed, and the relevant waste management licence number.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 220 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/01/2019
End: 31/12/2022
This contract is subject to renewal: yes
Description of renewals:
1.1.2019 to 31.12.2021 with an option to extend by 1 x 12 month period to 31.12.2022
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
1.1.2019 to 31.12.2021 with an option to extend by 1 x 12 month period to 31.12.2022
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Cleaning Services in Social Housing Properties
Lot No: 2
II.2.2)Additional CPV code(s)90910000
II.2.3)Place of performanceNUTS code: UKG2
Main site or place of performance:
II.2.4)Description of the procurement:
The Supplier will be responsible for undertaking both scheduled and unscheduled work to clean void properties of both natural and man-made waste and pests. Full details of the cleaning services required are contained within the specification document.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 100 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/01/2019
End: 31/12/2022
This contract is subject to renewal: yes
Description of renewals:
1.1.2019 to 31.12.2021 with the option to extend by 1 x 12 month period to 31.12.2022
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
1.1.2019 to 31.12.2021 with the option to extend by 1 x 12 month period to 31.12.2022
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 15/10/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 15/10/2018
Local time: 13:00
Place:
Staffordshire County Council Offices
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyCannock Chase District Council
Beecroft Road
Cannock
WS12 5AW
United Kingdom
VI.4.2)Body responsible for mediation proceduresCannock Chase District Council
Beecroft Road
Cannock
WS12 5AW
United Kingdom
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtainedCannock Chase District Council
Beecroft Road
Cannock
WS12 5AW
United Kingdom
VI.5)Date of dispatch of this notice:12/09/2018