Forum Admin

  • Posts: 3310
Wilmslow - Building Cleaning Services
« on: October 25, 2011, 02:16:07 pm »
Section I: Contracting authority

I.1) Name, addresses and contact point(s)
Cheshire East Borough Council
Knutsford High School, Poynton High School and Wilmslow High School c/o
Wilmslow High School, Holly Rd North, Cheshire
For the attention of: Mr Robert Davies
SK9 1LZ Wilmslow
UNITED KINGDOM
Telephone: +44 1625526191
E-mail: bdavies@wilmslowhigh.cheshire.sch.uk
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: The Chest
Internet address: www.thechest.nwce.gov.uk
Tenders or requests to participate must be sent to: The Chest
Internet address: www.thechest.nwce.gov.uk
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Education
I.4) Contract award on behalf of other contracting authorities
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:
Provision of Cleaning Services at Knutsford, Poynton and Wilmslow High
Schools, Cheshire.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 14: Building-cleaning services and property management
services
Main place of performance: Building -cleaning services and property
management.
NUTS code UKD
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
Provision of building cleaning services at three large High Schools in
Cheshire UK.
II.1.6) Common procurement vocabulary (CPV)
90911200
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope
Tenderers will be able to bid for 1,2 or all 3 schools.
Estimated total value of purchases for the entire duration of the
framework agreement
Estimated value excluding VAT: 1 100 000 GBP
II.2.2) Information about options
Options: no
II.3) Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1
Lot title: One named School
1) Short description
Choice of providing services at either Knutsford, Poynton or Wilmslow High
School.
2) Common procurement vocabulary (CPV)
90911200
Lot No: 2
Lot title: Two named Schools
1) Short description
Providing services at any two of the three schools at Knutsford,Poynton or
Wilmslow.
2) Common procurement vocabulary (CPV)
90911200
Lot No: 3
Lot title: All Three Schools
1) Short description
Providing Service to all three schools.
2) Common procurement vocabulary (CPV)
90911200

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required
Parent Company Guarantees may be required following PQQ evalauation.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them
Na.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded
Na.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: 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 the requirements
are met: Any supplier may be disqualified who:
(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 compulsory winding up the 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 contract 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
organization, 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.
As set out in the PQQ.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: Financial assessment wil be undertaken with reference to N2check.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
As set out in the PQQ.
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: 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 1
Objective criteria for choosing the limited number of candidates: As set
out in 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) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
NWCE-8MBBNT
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
18.11.2011 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
20.1.2012
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
IV.3.8) Conditions for opening tenders
Date: 5.3.2012 - 12:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information
Companies will also be required to comply with additional questions
pertaining to equality in the Pre-Qualification Questionnaire. For further
details of forthcoming tenders/contracts please visit:
www.thechest.nwce.gov.uk. This procurement exercise will be conducted on
Cheshire East Borough Council’s electronic Contract and Tender
Management System at the www.thechest.nwce.gov.uk. Organisations wishing
to be considered for this contract must register their expression of
interest and provide additional procurement-specific information (if
required) through the Contract and Tender Management System. It is the
organisations responsibility to satisfy themselves that they have provided
all of the required information. If you have any technical problems with
The Contract and Management System please contact the helpdesk on: email:
nwsupport@due-north.com; telephone: +44 8452930459. If and when this
requirement is offered to tender, this may be done in whole or in part via
electronic means using the Contract and Tender Management System at
www.thechest.nwce.gov.uk. If you require urgent assistance regarding the
initial usage of the eTendering package please contact the Contracting
Authority point-of-contact in section I.1 of this notice.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
The Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
The Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.3) Service from which information about the lodging of appeals may
be obtained
The Royal Courts of Justice
The Strand
London
UNITED KINGDOM
VI.5) Date of dispatch of this notice:
6.10.2011