Forum Admin

  • Posts: 3310
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): University Campus Suffolk,
Waterfront Building, Neptune Quay, Contact: Head of Procurement, Attn:
Robert Vanston, UK-Ipswich IP4 1QJ. Tel. +44 1473338350. E-mail:
procurement@ucs.ac. uk. Fax +44 1473225470.
Internet address(es):
General address of the contracting authority: www.ucs.ac.uk.
Address of the buyer profile: www.ucs.ac.uk.
Further information can be obtained at: As in above-mentioned contact
point(s).
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained at:
As in above-mentioned contact point(s).
Tenders or requests to participate must be sent to: As in above-mentioned
contact point(s).
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:
UK-Ipswich: 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: Ipswich, Suffolk.
NUTS code: UKH14.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): Provision of
cleaning and janitor services to University Campus North Accommodation,
building and window cleaning services. Office cleaning services. Car park
and open areas cleaning services.
II.1.6) Common procurement vocabulary (CPV): 90911000, 90914000,
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: No.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope: Provision of cleaning and janitor
services to University Campus North.
Estimated value excluding VAT:
Range: between 100 000 and 160 000 GBP.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Duration in
months: 12 (from the award of the contract).
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions regulating them: 30 days from receipt
of correct invoice.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded: Joint and several liability.
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: (a) is
bankrupt or is being wound up, where his affairs are being administered by
the court, where he has entered into an arrangement with creditors, where
he has suspended business activities or is in any analogous situation
arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an
order for compulsory winding up or administration by the court or of an
arrangement with creditors or of any other similar proceedings under
national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata
in accordance with the legal provisions of the country of any offence
concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means
which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social
security contributions in accordance with the legal provisions of the
country in which he is established or with those of the country of the
contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in
accordance with the legal provisions of the country in which he is
established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information
required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal
organisation, as defined in Article 2(1) of Council Joint Action
98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in
Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council
Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of
Article 1 of the Convention relating to the protection of the financial
interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined
in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of
the use of the financial system for the purpose of money laundering.
Written confirmation that economic operator complies with (a), (b), (c),
(d), (e), (f), (g), (h), (i) (j) and (k) and as described in the contract.
Supporting documents or copies to be included with the tender.
III.2.2) Economic and financial capacity: Information and formalities
necessary for evaluating if requirements are met: (a) appropriate
statements from banks or, where appropriate, evidence of relevant
professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the
balance-sheets, where publication of the balance-sheet is required under
the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where
appropriate, of turnover in the area covered by the contract for a maximum
of the last three financial years available, depending on the date on
which the undertaking was set up or the economic operator started trading,
as far as the information on these turnovers is available.
(a) Copies of insurance policies or equivalent
(b) and (c) Copy of latest audited annual reports or where not required by
statute in country of origin copy of most recent audited balance sheet and
profit and loss account.
III.2.3) Technical capacity: Information and formalities necessary for
evaluating if requirements are met: (a) (i) a list of the works carried
out over the past five years, accompanied by certificates of satisfactory
execution for the most important works. These certificates shall indicate
the value, date and site of the works and shall specify whether they were
carried out according to the rules of the trade and properly completed.
Where appropriate, the competent authority shall submit these certificates
to the contracting authority direct;(ii) a list of the principal
deliveries effected or the main services provided in the past three years,
with the sums, dates and recipients, whether public or private, involved.
Evidence of delivery and services provided shall be given: - where the
recipient was a contracting authority, in the form of certificates issued
or countersigned by the competent authority, - where the recipient was a
private purchaser, by the purchaser's certification or, failing this,
simply by a declaration by the economic operator;
(b) an indication of the technicians or technical bodies involved, whether
or not belonging directly to the economic operator's undertaking,
especially those responsible for quality control and, in the case of
public works contracts, those upon whom the contractor can call in order
to carry out the work;
(c) a description of the technical facilities and measures used by the
supplier or service provider for ensuring quality and the undertaking's
study and research facilities;
(d) where the products or services to be supplied are complex or,
exceptionally, are required for a special purpose, a check carried out by
the contracting authorities or on their behalf by a competent official
body of the country in which the supplier or service provider is
established, subject to that body's agreement, on the production
capacities of the supplier or the technical capacity of the service
provider and, if necessary, on the means of study and research which are
available to it and the quality control measures it will operate;
(e) the educational and professional qualifications of the service
provider or contractor and/or those of the undertaking's managerial staff
and, in particular, those of the person or persons responsible for
providing the services or managing the work;
(f) for public works contracts and public services contracts, and only in
appropriate cases, an indication of the environmental management measures
that the economic operator will be able to apply when performing the
contract;
(g) a statement of the average annual manpower of the service provider or
contractor and the number of managerial staff for the last three years;
(h) a statement of the tools, plant or technical equipment available to
the service provider or contractor for carrying out the contract;
(i) an indication of the proportion of the contract which the services
provider intends possibly to subcontract;
(j) with regard to the products to be supplied: (i) samples, descriptions
and/or photographs, the authenticity of which must be certified if the
contracting authority so requests; (ii) certificates drawn up by official
quality control institutes or agencies of recognised competence attesting
the conformity of products clearly identified by references to
specifications or standards.
Written declaration that economic operator complies with (a) to (j) and as
described in the contract documents. Supporting documents or copies to be
included with the tender.
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:
No.
SECTION IV: PROCEDURE
IV.1) TYPE OF PROCEDURE
IV.1.1) Type of procedure: Open.
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.3.2) 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: 20.4.2009 - 12:00.
Payable documents: no.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
24.4.2009 - 12:00.
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up: English.
IV.3.7) Minimum time frame during which the tenderer must maintain the
tender: Duration in days: 90 (from the date stated for receipt of tender).
IV.3.8) Conditions for opening tenders: Date: 27.4.2009 - 12:00.
Place: Ipswich.
Persons authorised to be present at the opening of tenders: yes.
Head of Procurement,Head of facilities and another as a minimum.
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: GO reference: GO 09030403/01.
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures: University Campus
Suffolk, Waterfront Building, Neptune Quay, UK-Ipswich IP4 1QJ. E-mail:
procurement@ucs.ac.uk. Tel. +44 1473338350. URL: http://www.ucs.ac.uk. Fax
+44 1473234750.
Body responsible for mediation procedures:
University Campus Suffolk, Waterfront Building, Neptune Quay, UK-Ipswich
IP4 1QJ. E-mail: procurement@ucs.ac.uk. Tel. +44 1473338350. URL:
http://www.ucs.ac.uk. Fax +44 1473234750.
VI.4.2) Lodging of appeals: Precise information on deadline(s) for
lodging appeals: The University will incorporate a minimum of 10 calender
days standstill period at the point information on the award of the
contract is communicated to the tenderers. This period allows unsuccessful
tenderers to seek further debriefing from the contracting authority before
the contract is entered into. Applicants have 2 working days from the
notification of the award decision to request additional debriefing and
that information has to be provided a minimum of 3 working days before the
expiry of the standstill period. Such additional information should be
requested from the address provided in section 1.1.
VI.4.3) Service from which information about the lodging of appeals may
be obtained: University Campus Suffolk, Waterfront Building, Neptune Quay,
UK-Ipswich IP4 1QJ. E-mail: procurement@ucs.ac.uk. Tel. +44 1473338350.
URL: http://www.ucs.ac.uk. Fax +44 1473234750.
VI.5) DATE OF DISPATCH OF THIS NOTICE: 3.3.2009.