Forum Admin

  • Posts: 3310
UK-Enfield: cleaning services
« on: January 23, 2009, 09:28:15 am »
CONTRACT NOTICE
Services
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): St Anne's Catholic High School
For Girls, 50, London Road, Attn: Louisa Paola, UK-Enfield EN2 6EL. Tel.
+44 1245357132. E-mail: louisa@totalwellbeing.org.uk.
Internet address(es):

General address of the contracting authority: www.st-annes.enfield.sch.uk.
Further information can be obtained at: Total Wellbeing, Top Floor, 53a
Woodhall Road, Attn: Louisa Paola, UK-Chelmsford CM14AE. Tel. +44
1245357132. E-mail: louisa@totalwellbeing.org.uk. URL:
www.st-annes.enfield.sch.uk.

Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained at:
Total Wellbeing, Top Floor, 53a Woodhall Road, Attn: Louisa Paola,
UK-Chelmsford CM14AE. Tel. +44 1245357132. E-mail:
louisa@totalwellbeing.org.uk. URL: www.st-annes.enfield.sch.uk.

Tenders or requests to participate must be sent to: Total Wellbeing, Top
Floor, 53a Woodhall Road, Attn: Louisa Paola, UK-Chelmsford CM14AE. Tel.
+44 1245357132. E-mail: louisa@totalwellbeing.org.uk. URL:
www.st-annes.enfield.sch.uk.

I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Body governed by public law.
Education.

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: St Annes Catholic High School for Girls, 50
London Road, Enfield, EN2 6EL.
NUTS code: UKI1.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): Internal and
external building cleaning services provision for St Annes Catholic High
School for Girls. Provision will include lower and upper sites. The total
square meterage of both sites is 8,890. This is broken down as follows:
Lower site: 3 599.
Supper site: 5 291.
NOTE: To register your interest in this notice and obtain any additional
information please visit the myTenders Web Site at
http://www.myTenders.org/Search/Search_Switch.aspx?ID=60644.
II.1.6) Common procurement vocabulary (CPV): 90910000.
II.1.8) Division into lots: No.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
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.1.4) 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 will be required to produce a certificate or
declaration demonstrating that they have not committed an act of grave
misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which
they are established, regarding registration on the professional or trade
register.
(6) 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.
(7) All candidates will have to demonstrate that they are licensed, or a
member of the relevant organisation, in the State where they are
established, when the law of that State prohibits the provision of the
services, described in this notice, by a person who is not so licensed or
who is not a member of the relevant organisation.
(8) 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.
(9) All candidates will be required to produce a certificate or
declaration demonstrating that they have fulfilled obligations relating to
the payment of taxes under the law of any part of the United Kingdom or of
the relevant State in which the economic operator 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 evidence of relevant professional risk indemnity
insurance.
(2) 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.
(3) 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 check may be carried out by the contracting authority or by a
competent official body of the State in which the candidate is
established, to verify the technical capacity of the candidate; and if
relevant, on the candidates study and research facilities and quality
control measures.
(6) A statement of the candidate's technical facilities; measures for
ensuring quality; and their study and research facilities.
(7) An indication of the proportion of the contract which the services
provider intends possibly to subcontract.
(8) 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.
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.3.4) Time-limit for receipt of tenders or requests to participate:
9.3.2009 - 12:00.
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates: 23.3.2009.
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: Those expressing an interest in this
contract will be required to send an email to louisa@totalwellbeing.org.uk
requesting a Pre Qualification Questionnaire. This will need to be
completed and returned to Total Wellbeing as part of the Invitation to
Tender process.
(MT Ref:60644).
VI.5) DATE OF DISPATCH OF THIS NOTICE: 20.1.2009.