Forum Admin

  • Posts: 3310
Durham - School Cleaning Services
« on: March 20, 2012, 12:14:38 pm »
Section I: Contracting authority

I.1) Name, addresses and contact point(s)
Durham County Council
Corporate Procurement, County Hall
For the attention of: Helen Holmes
DH1 5UL Durham
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: http://www.durham.gov.uk
Further information can be obtained from: The above mentioned contact
point(s)
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned
contact point(s)
I.2) Type of the contracting authority
Regional or local authority
I.3) Main activity
General public services
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Contract for Cleaning Services at St Leonard’s Catholic School.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 14: Building-cleaning services and property management
services
Main site or location of works, place of delivery or of performance: St
Leonard’s Catholic School, Durham City.
NUTS code UKC14
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
The Governing Body for St Leonard's Catholic School wishes to award a
contract to a Prime Contractor to undertake the commercial cleaning
services for the school and surrounding buildings.
II.1.6) Common procurement vocabulary (CPV)
90919300
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Please note that the estimated value is not guaranteed.
Estimated value excluding VAT: 100 000,00 GBP
II.3) Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
The contracting authority reserve the right to require deposits,
guarantees, bonds or other forms of appropriate security. Further details
will be set out in the tender documents.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
Finance conditions and payment arrangements will be made in accordance
with the contract documents.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
The contracting authority reserve the right to require groupings of
service providers to take a particular legal form or to require a single
provider to take primary liability or to require each party to undertake
joint and several liability. If relevant further details will be set out
in the tender documents. Please note that the contracting authority are
looking for a prime contractor to deliver all the requirements.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Under this project the contractor
may be required to participate in the achievement of social and
environmental considerations.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: In accordance with articles 45 to 50 of Directive 2004/18/EC and
Regulations 23 to 29 of the Public Contracts Regulations 2006 and as set
in the pre-qualification questionnaire (PQQ) available from the NEPO
portal as detailed in section V1.3.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: In accordance with article 47 of Directive 2004/18/EC and
Regulation 24 of the Public Contracts Regulations 2006 and as set in the
pre-qualification questionnaire (PQQ) available from the NEPO portal as
detailed in section V1.3.
Minimum level(s) of standards possibly required: Minimum level(s) of
standards possibly required:
1. Public Liability 5 000,000 GBP;
2. Employers Liability 10 000,00 GBP.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
In accordance with articles 48 to 50 of Directive 2004/18/EC and
Regulation 25 of the Public Contracts Regulations 2006 and as set in the
pre-qualification questionnaire (PQQ) available from the NEPO portal as
detailed in section V1.3.
Minimum level(s) of standards possibly required:
Essential criteria as outlined in the PQQ documents.
Bidders must successfully pass Parts A-E of the PQQ.
(in line with the evaluation criteria set out in the PQQ documents) to
have their responses to the Technical Questions in Part F of the PQQ
evaluated. Parts A-E of the PQQ include financial assessment; grounds for
exclusion; insurance; health and safety and equality and diversity.
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of
the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: The top
5 ranked bidders will be invited to tender. The Authority does not intend
to invite more than 5 bidders to tender. If there are two or more bidding
organisations tied with the same total score such that the Authority does
not have 5 clear bidding organisations to invite to tender, the tie will
be broken by revisiting the scores for the technical questions in the
order shown in the technical tie break methodology and priority table
detailed within the instructions to bidders and evaluation guidance
document.
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
QTLE-8SDKG6
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Time limit for receipt of requests for documents or for accessing
documents: 12.4.2012 - 16:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
16.4.2012 - 16:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information
Please note this tender opportunity is being advertised on Durham County
Councils E-tendering system on behalf of the Governing Body of St
Leonard's Catholic School.
Organisations can register electronically for the documents via
www.nepoportal.org. Then access the suppliers area and select Durham.
Input reference QTLE-8SDKG6.
VI.4) Procedures for appeal
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting
Authority will incorporate a standstill period at the point information of
the award of the Contract is communicated to Bidders. The 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 bidders to challenge the award decision before the
contract(s) are entered into. The Public Contracts Regulations 2006 (as
amended).
EN Standard form 02 - Contract notice 12 / 16 provide for aggrieved
parties who have been harmed or are at risk of harm by a breach of the
rules to take action in the High Court (England, Wales and Northern
Ireland).
VI.5) Date of dispatch of this notice:
14.3.2012