Section one: Contracting authority
one.1) Name and addresses
Staffordshire County Council
Staffordshire Place 2 Tipping Street
Stafford
ST16 2DH
Contact
Laura Kendall
laura.kendall@staffordshire.gov.uk
Telephone
+44 17854656
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/Account/Login#
one.1) Name and addresses
Lichfield District Council
District Council House Frog Lane
Lichfield
WS13 6YU
laura.kendall@staffordshire.gov.uk
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
one.1) Name and addresses
Cannock Chase District Council
Civic Centre Beecroft Road
Cannock
WS13 6YU
laura.kendall@staffordshire.gov.uk
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/Account/Login#
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login#
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
IA2659 Framework Agreement for the Provision of Window Cleaning and Associated Services
Reference number
DN1331
two.1.2) Main CPV code
- 90911000 - Accommodation, building and window cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement covers the window cleaning services required by Staffordshire County Council and potentially Lichfield District Council and Cannock Chase District Council.
The Authorities seek to maintain a high standard and quality of window cleaning services to its various sites. The Works described in this specification are to be executed by the Supplier in a manner that enhances the Authorities reputation for the cleanliness of its sites. The Supplier must carry out the required services adopting the best cleaning practice including rigorous standards of discipline, cleanliness and tidiness
The provisions contained within this Window Cleaning Services Specification shall be complied with by the Supplier in undertaking the tasks as summarised within the Pricing Schedule, and the Suppliers tender shall be deemed to include for all such costs that may arise through compliance with this Cleaning Services Specification. Should any Optional Tasks be instructed to be carried out by the Premise Managers then the Suppliers tendered rates for such Optional Tasks shall be deemed to allow for full compliance with this Cleaning Services Specification.
two.1.5) Estimated total value
Value excluding VAT: £400,000
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
- UKG2 - Shropshire and Staffordshire
Main site or place of performance
Staffordshire
two.2.4) Description of the procurement
This procurement covers the window cleaning services required by Staffordshire County Council and potentially Lichfield District Council and Cannock Chase District Council.
The Authorities seek to maintain a high standard and quality of window cleaning services to its various sites. The Works described in this specification are to be executed by the Supplier in a manner that enhances the Authorities reputation for the cleanliness of its sites. The Supplier must carry out the required services adopting the best cleaning practice including rigorous standards of discipline, cleanliness and tidiness
The provisions contained within this Window Cleaning Services Specification shall be complied with by the Supplier in undertaking the tasks as summarised within the Pricing Schedule, and the Suppliers tender shall be deemed to include for all such costs that may arise through compliance with this Cleaning Services Specification. Should any Optional Tasks be instructed to be carried out by the Premise Managers then the Suppliers tendered rates for such Optional Tasks shall be deemed to allow for full compliance with this Cleaning Services Specification.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Agreement term will be from 1st June 2022 to 31st May 2024, with an additional option to extend by 2 years from 1st June 2024 to 31st May 2026.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Agreement term will be from 1st June 2022 to 31st May 2024, with an additional option to extend by 2 years from 1st June 2024 to 31st May 2026.
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 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
4 April 2022
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 April 2022
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
This is an electronic tender. All submission must be made via the formal contracting authority electronic tendering platform.
All requests for information to be sent through the electronic tendering portal and message facility on the Proactis electronic tendering system.
How to register — follow the link to Proactis electronic tendering:
— https://supplierlive.proactisp2p.com/Account/Login
If you require urgent assistance regarding the initial usage of the e-Tendering package please contact the contracting authority point-of-contact in Section I.1) of this notice. On failure to reach this contact, please immediately email the nature of the difficulty to commercial.team@staffordshire.gov.uk
This procurement is for a framework agreement between the appointed provider and the contracting authority, to supply predominately services on an ad-hoc call-off basis, as and when required.
The contracting authority or its public sector partners/customers makes no guarantee as to the volume of business on offer or to be awarded, and any volumes given are indicative only and intended as a general guide. There is no commitment at the time of tendering from any parties outside of the contracting authority and this should be taken into consideration when bidding. Providers must be aware that the total value of spend attributed to the framework agreement is not being promised to any provider who is successfully appointed to the agreement,
All framework management, post-tender, will be in accordance with the framework terms. The call-off orders will be allocated by terms laid down in the framework. Please see the tender documentation for further details.
The contracting authority reserves the right to operate a public tender or quotations outside of the framework where so required.
As part of the governments national procurement strategy, collaborative working and supporting other authorities now forms part of the contracting authority's procurement remit. This agreement may be made available to other contracting authorities including without limitation Councils and Public Bodies within Staffordshire and neighboring geographical areas as prescribed by the NUTS codes in this notice. These will include health and NHS bodies, local authorities, contracting authorities, any other government department, defence, police and emergency services, metropolitan/district Councils, utilities, educational establishments, and Utilities, including the contracting authorities named in this notice. These organisations will be afforded third
party rights or be named as beneficiaries under the contract or contracts where appropriate.
Financing/payment:
— payments may be made following acceptance by the banking agents of Staffordshire County Council.
Legal form of groups of providers:
— no special legal form is required by the grouping of providers but each provider will be required to become jointly or severally responsible for the contract before acceptance.
For reference the following website outlines the contracting authority's policy on the community right to challenge:
six.4) Procedures for review
six.4.1) Review body
Staffordshire County Council
Stafford
Country
United Kingdom