Forum Admin

  • Posts: 3310
Blackheath: school cleaning services
« on: March 09, 2009, 09:59:38 am »
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): The John Roan School,
Westcombe Park, Contact: L B Greenwich, Attn: Peter Norman, UK-Blackheath
SE3 7QR. Tel. +44 2089215605. E-mail: peter.norman@greenwich.gov.uk. Fax
+44 2089215623.

Internet address(es):
General address of the contracting authority: www.thejohnroanschool.co.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:
Building Cleaning.
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: The John Roan School.
NUTS code: UKI21.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): The John Roan
School are seeking an experienced and suitably qualified organisation to
provide a cleaning service on a daily basis at The John Roan School, Maze
Hill, Blackheath, London, SE3 7UD, UNITED KINGDOM. The school is located
on two sites. The school is now expecting to be on the current premises
for upto three years and during that time there will be adaptations and
alterations in order to make the school fit for purpose for the current
students. It is anticipated that the contract will be for a 2-year period
commencing in September 09, with an option to extend for an additional
period of time. (The school is a part of the Building Schools for the
Future Programme (BSF) and these services will in the future form part of
the services delivered under this programme). The objectives of the
service will be: - • To provide a programme of cleaning to the school in
accordance with the specification. To move all daily rubbish including
empty boxes, bins and sacks to the main school bins. The school is
currently of the view that TUPE may apply.
II.1.6) Common procurement vocabulary (CPV): 90919300.
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: See II.1.5.
II.2.2) Options: Yes.
Description of these options: An option to extend the contract for a
further period of time up to and not exceeding a total contract period of
four (4) years.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required: The deposits, guarantees or
bonds required by the School will be set out in the Contract Documents.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions regulating them: The terms concerning
financing and payment will be set out in 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: Irrespective of the legal form to be
taken, the group of economic operators shall agree to 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: Applicants
will be required to complete a pre-qualification questionnaire consistent
with the provisions of Directive 2004/18/EC. The questionnaire is only
available from the email address in I.
III.2.2) Economic and financial capacity: Information and formalities
necessary for evaluating if requirements are met: Applicants will be
required to complete a pre-qualification questionnaire consistent with the
provisions of Directive 2004/18/EC. The questionnaire is only available
from the email address in I.
III.2.3) Technical capacity: Information and formalities necessary for
evaluating if requirements are met: Applicants will be required to
complete a pre-qualification questionnaire consistent with the provisions
of Directive 2004/18/EC. The questionnaire is only available from the
email address in I.
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: Restricted.
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate: Envisaged number of operators 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.3.1) File reference number attributed by the contracting authority:
CPS0799.
IV.3.2) Previous publication(s) concerning the same contract: No.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
6.4.2009 - 10:00.
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: Completed pre-qualification questionnaire
must be submitted by no later than the date and time stated at IV.3.4.
VI.5) DATE OF DISPATCH OF THIS NOTICE: 4.3.2009.