Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall, PO Box 270
London
EC2P 2EJ
Mohammad.Mostafa@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Barbican Estate Window Cleaning
Reference number
itt_COL_16679
two.1.2) Main CPV code
- 90911300 - Window-cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of London Corporation (the City) invites Tenders for the Barbican Estate Window Cleaning Contract.
The contract is for the window cleaning for the communal areas inside & out within the Barbican Estate complex, and not excluding any adhoc requests for window cleaning for either communal or private tenanted properties, as detailed within the requirements and specification documents which can be found via the capitalEsourcing portal (itt_COL_16679).
The duration of the contract is six (6) years, the estimated contract value for the full contract term is £1,600,000
two.1.5) Estimated total value
Value excluding VAT: £1,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90911300 - Window-cleaning services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Window cleaning service for the Barbican Estate complex for the cleaning of external, internal and common parts. The Procurement for this contract will be via an Open procedure, the City will include a Professional & Technical Ability (P&T) criterion within the Qualification section of the tender process. All bidders will need to pass the P&T criteria in order to progress within the tender evaluation process.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 March 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 March 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
London
WC1A 2LL
Country
United Kingdom