Forum Admin

  • Posts: 3310
Bedford: cleaning services
« on: January 12, 2009, 11:01:38 am »
CONTRACT NOTICE
Services
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): Bedford College, Cauldwell
Street, Contact: Estates Department, Attn: Diane Gamble, UK-Bedford MK42
9AH. Tel. +44 1234291926. E-mail: cleaning@bedford.ac.uk.

Internet address(es):
General address of the contracting authority: www.bedford.ac.uk.
Address of the buyer profile: http://www.mytenders.org/search/
Search_AuthProfile.aspx?ID=AA19521.

Further information can be obtained at: Bedford College, Cauldwell Street,
Contact: Estates Department, Attn: Diane Gamble, UK-Bedford MK42 9AH. Tel.
+44 1234291926. E-mail: cleaning@bedford.ac.uk.

Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained at:
Bedford College, Cauldwell Street, Contact: Estates Department, Attn:
Diane Gamble, UK-Bedford MK42 9AH. Tel. +44 1234291926. E-mail:
cleaning@bedford.ac.uk.

Tenders or requests to participate must be sent to: Bedford College,
Cauldwell Street, Contact: Estates Department, Attn: Diane Gamble,
UK-Bedford MK42 9AH. Tel. +44 1234291926. E-mail: cleaning@bedford.ac.uk.
URL: www.bedford.ac.uk.

I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Other: Further Education College.
Education.

SECTION II: OBJECT OF THE CONTRACT
II.1) DESCRIPTION
II.1.1) Title attributed to the contract by the contracting authority:
Bedford College Cleaning Contract.
II.1.2) Type of contract and location of works, place of delivery or of
performance: Services.
Service category: No 14.
Main place of performance: Bedfordshire.
NUTS code: UKH2.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): Cleaning
Contract for Bedford College and its satellite sites. 12 operational
buildings to and adjacent to Cauldwell Street Campus together with six
satellite sites in Bedfordshire, with one being located in Rushden,
Northamptonshire.
II.1.6) Common procurement vocabulary (CPV): 90910000, 90919200.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
Yes.
II.1.8) Division into lots: No.
II.1.9) Variants will be accepted: Yes.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope: To clean all College buildings on a
daily basis and undertaking periodic cleans within the holiday periods.
Estimated value excluding VAT:
Range: between 330 000 and 375 000 GBP.
II.2.2) Options: No.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Duration in
months: 36 (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: May be required.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions regulating them: Invoices are paid
invoice month plus 30 (thirty) days.
Payment of invoices will be made via BACS.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded: Only single contractors should bid for
this contract.
III.1.4) Other particular conditions to which the performance of the
contract is subject: No.
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 requirements are met: (1) All
candidates will be required to produce a certificate or declaration
demonstrating that they are not bankrupt or the subject of an
administration order, are not being wound-up, have not granted a trust
deed, are not the subject of a petition presented for sequestration of
their estate, have not had a receiver, manager or administrator appointed
and are not otherwise apparently insolvent;
(2) All candidates will be required to produce a certificate or
declaration demonstrating that the candidate, their directors, or any
other person who has powers of representation, decision or control of the
candidate has not been convicted of conspiracy, corruption, bribery, or
money laundering. Failure to provide such a declaration will result in the
candidate being declared ineligible and they will not be selected to
participate in this procurement process;
(3) All candidates will be required to produce a certificate or
declaration demonstrating that they have not been convicted of a criminal
offence relating to the conduct of their business or profession;
(4) All candidates must comply with the requirements of the State in which
they are established, regarding registration on the professional or trade
register;
(5) Any candidate found to be guilty of serious misrepresentation in
providing any information required, may be declared ineligible and not
selected to continue with this procurement process;
(6) All candidates will be required to produce a certificate or
declaration demonstrating that they have fulfilled obligations relating to
the payment of social security contributions under the law of any part of
the United Kingdom or of the relevant State in which the candidate is
established.
III.2.2) Economic and financial capacity: Information and formalities
necessary for evaluating if requirements are met: (1) All candidates will
be required to provide a reference from their bank;
(2) All candidates will be required to provide evidence of relevant
professional risk indemnity insurance;
(3) All candidates will be required to provide a statement, covering the 3
previous financial years including the overall turnover of the candidate
and the turnover in respect of the activities which are of a similar type
to the subject matter of this notice;
(4) All candidates will be required to provide statements of accounts or
extracts from those accounts relating to their business.
III.2.3) Technical capacity: Information and formalities necessary for
evaluating if requirements are met: (1) A statement of the candidate's
average annual number of staff and managerial staff over the previous 3
years;
(2) Details of the educational and professional qualifications of their
managerial staff; and those of the person(s) who would be responsible for
providing the services or carrying out the work or works under the
contract;
(3) All candidates will be required to provide certification from an
independent body attesting conformity to environmental management
standards in accordance with the Community Eco-Management and Audit Scheme
(EMAS); or the European standard BS EN ISO 14001;
(4) All candidates will be required to provide certification drawn up by
an independent body attesting the compliance of the economic operator with
quality assurance standards based on the relevant European standards;
(5) A statement of the principal goods sold or services provided by the
supplier or the services provider in the past 3 years, detailing the dates
on which the goods were sold or the services provided; the consideration
received; the identity of the person to whom the goods were sold or the
services were provided;
(6) An indication of the proportion of the contract which the services
provider intends possibly to subcontract;
(7) A list of works carried out over the past 5 years, detailing the value
of the consideration received; when and where the work or works were
carried out; and whether they were carried out according to the rules of
the trade or profession and properly completed.
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.2) Legal entities should indicate the names and professional
qualifications of the staff responsible for the execution of the service:
Yes.

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 minimum number: 5. Maximum number: 9
Objective criteria for choosing the limited number of candidates:
Companies who express an interest will be required to complete a
pre-qualification questionnaire (PQQ) which will be evaluated against
criteria advised within the PQQ.
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) An electronic auction will be used: No.
IV.3) ADMINISTRATIVE INFORMATION
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: 6.2.2009.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
6.2.2009 - 12:00.
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates: 24.2.2009.
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up: English.

SECTION VI: COMPLEMENTARY INFORMATION
VI.3) ADDITIONAL INFORMATION: (MT Ref:60373).
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures: Bedford College,
Cauldwell Street, UK-Bedford MK42 9AH. E-mail: dgamble@bedford.ac.uk. Tel.
+44 1234291490.
VI.4.2) Lodging of appeals: Precise information on deadline(s) for
lodging appeals: Appeals are to be lodged in accordance with the time
period set out in Regulation 32 of the Public Contracts Regulations 2006.
VI.5) DATE OF DISPATCH OF THIS NOTICE: 7.1.2009.