Forum Admin

  • Posts: 3310
UK-Isleworth: building-cleaning services
« on: February 04, 2009, 01:18:23 pm »
CONTRACT NOTICE
Services
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): West Thames College, London
Road,Middlesex, Attn: See Annex A, UK-Isleworth TW7 4HS.

Further information can be obtained at: Tenet Education Services Ltd, 6
Oyster Place, 26 Montrose Road, Attn: Mrs Melanie Marks, UK-Chelmsford CM2
6TX. Tel. +44 1245399270. E-mail: tenet@btinternet.com. Fax +44
1245399271. URL: www.tenetservices.com.

Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained at:
Tenet Education Services, 6 Oyster Place, 26 Montrose Road, Attn: Mrs
Melanie Marks, UK-Chelmsford CM2 6TX. Tel. +44 1245399270. E-mail:
tenet@btinternet.com. Fax +44 1245399271. URL: www.tenetservices.com.
Tenders or requests to participate must be sent to: Tenet Education
Services, 6 Oyster Place, 26 Montrose Road, Attn: Mrs Melanie Marks,
UK-Chelmsford CM2 6TX. Tel. +44 1245399270. E-mail: tenet@btinternet.com.
Fax +44 1245399271. URL: www.tenetservices.com.

I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Body governed by public law.
Education.
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:
Building Cleaning Services.
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: West Thames College, London Road, Isleworth,
Middlesex TW7 4HS.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): West Thames
College are seeking a cleaning contractor to undertake the daily, weekly,
monthly and annual cleaning of all of West Thames College sites which
include the main campus in London Road and smaller buildings which are
located in the area. The College is currently undertaking a major
redevelopment of its campuses at Isleworth and Feltham. The main works
comprise a GBP 50m redevelopment of the College’s existing site in
Isleworth. The works will be carried out in 2 main phases, and are due for
the final completion in September 2011. The works involve extensive
demolition and decanting, temporary buildings and about 15 000 m²of new
buildings. The project is funded by the Learning and Skills Council. The
current total square metres to be cleaned at West Thames College is
approximately 18,263sqm, this will rise to 19 511 m² in September 2011
upon completeion of the rebuild programme.
II.1.6) Common procurement vocabulary (CPV): 90911200, 90910000.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
No.
II.1.8) Division into lots: No.
II.1.9) Variants will be accepted: No.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope: 3 year contract with the scope for 2
possible 1 year extentions. Estimated annual contract value given below.
Estimated value excluding VAT:
Range: between 153 240 and 229 860 GBP.
II.2.2) Options: No.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Starting:
1.8.2009. Completion: 31.7.2012.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE 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: In the first
instance, contractors should e-mail Tenet Education Services to obtain a
pre tender qualification questionnaire which will need to be completed and
returned as part of the expression of interest process. Candidates will
need to provide as part of the PQQ process details of enrolment on
professional or trade registers and details on whether bankruptcy,
convictions of professional misconduct, non payment relating to social
security contributions or taxes applies to the economic operator. Economic
operators may be excluded from participation if any of these circumstances
applies. Any candidate found to be guilty of serious misrepresentation in
proving false or inaccurate information may be declared ineligible and not
selected to continue with the process.
III.2.2) Economic and financial capacity: Information and formalities
necessary for evaluating if requirements are met: Turnover, profit and
capital and reserves for previous 3 years. Any candidate found to be
guilty of serious misrepresentation in proving false or inaccurate
information may be declared ineligible and not selected to continue with
the process.
III.2.3) Technical capacity: Information and formalities necessary for
evaluating if requirements are met: Evidence of business quality
standards, accreditations, and relevant experience. Any candidate found to
be guilty of serious misrepresentation in proving false or inaccurate
information may be declared ineligible and not selected to continue with
the process.
III.2.4) Reserved contracts: No.
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1) Execution of the service is reserved to a particular profession:
No.
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: 12.
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: 12.3.2009 - 12:00.
Payable documents: no.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
12.3.2009 - 12:00.
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates: 26.3.2009.
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up: English.
SECTION VI: COMPLEMENTARY INFORMATION
VI.1) THIS IS A RECURRENT PROCUREMENT: No.
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU
FUNDS: No.
VI.3) ADDITIONAL INFORMATION: The initial requirement is an expression of
interest which will generate a pre qualification questionnaire for
completion by tenderers. The questionnaire will cover area management,
company structure, and financial information, quality assurance policies,
health and safety and references. The questionnaire can be obtained by
e-mailing tenet@btinternet.com quoting the OJEU contract notice number.
VI.4) PROCEDURES FOR APPEAL
VI.4.2) Lodging of appeals: Precise information on deadline(s) for
lodging appeals: A minimum of 10 calendar day’s mandatory standstill
period between communicating the award decision and entering into a
contractually binding agreement will be applied.
VI.5) DATE OF DISPATCH OF THIS NOTICE: 2.2.2009