Opportunity

IA2659 Framework Agreement for the Provision of Window Cleaning and Associated Services

  • Staffordshire County Council
  • Lichfield District Council
  • Cannock Chase District Council

F02: Contract notice

Notice reference: 2022/S 000-004929

Published 22 February 2022, 10:18am



Section one: Contracting authority

one.1) Name and addresses

Staffordshire County Council

Staffordshire Place 2 Tipping Street

Stafford

ST16 2DH

Contact

Laura Kendall

Email

laura.kendall@staffordshire.gov.uk

Telephone

+44 17854656

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

www.staffordshire.gov.uk

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

Email

laura.kendall@staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

www.lichfielddc.gov.uk

one.1) Name and addresses

Cannock Chase District Council

Civic Centre Beecroft Road

Cannock

WS13 6YU

Email

laura.kendall@staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

www.cannockdc.gov.uk

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:

http://www.staffordshire.gov.uk/business/procurement/Community-Right-to-Challenge/Community-Right-to-Challenge.aspx

six.4) Procedures for review

six.4.1) Review body

Staffordshire County Council

Stafford

Country

United Kingdom