Interested In Advertising? | Contact Us Here
Warning!

 

Welcome to Clean It Up; the UK`s largest cleaning forum with over 34,000 members

 

Please login or register to post and reply to topics.      

 

Forgot your password? Click here

Forum Admin

  • Posts: 3310
London - Building Cleaning Services
« on: June 21, 2011, 01:56:18 pm »
SECTION I: CONTRACTING AUTHORITY

I.1) NAME, ADDRESSES AND CONTACT POINT(S)
Kensington and Chelsea College
Hortensia Centre, Hortensia Road
Attn: Mr Robert Nightingale
SW10 0QS London
UNITED KINGDOM
Tel. +44 1376511411
E-mail: robert.nightingale@tenetservices.com
Fax +44 1376515970
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 Kensington and Chelsea College, Hortensia
Centre, Hortensia Road, London SW10 0QS, UNITED KINGDOM.
NUTS code UKI
II.1.3) The notice involves
A public contract
II.1.5) Short description of the contract or purchase(s)
The college is looking to renew its cleaning contract, which is currently
outsourced. The new contract will start from the 1.1.2012 and involves the
daily, weekly, monthly and annual cleaning of all college buildings. The
college operates across a number of sites across the London Borough of
Kensington and Chelsea. The sites where cleaning is undertaken include the
new Hortensia Centre, the Wornington Centre, the Maxilla Walk Centre and
the Transition Skills Centre. More than 10 000 students per year chose to
study with Kensington and Chelsea College on more than 900 different
courses at our centres across West London. The college has developed a
rich and varied curriculum of a wide variety of courses, many taught by
practising professionals. Approximately 15 % of the student population is
aged 16-18. The college also works in partnership with local schools in
West London to deliver a vocational curriculum for 14-16 year olds.
Students enjoy a wide range of amenities at the college, including
Learning Resource Centres, which offer modern IT and library services,
cafes and childcare provision (at our Wornington centre). More
importantly, 2011 will see the completion of our brand new centre at
Hortensia Road providing our students with the best learning environment
and resources to succeed in a fresh, modern and vibrant learning space.
The construction skills centre opened in Autumn 2007 at the Park Royal
industrial estate and provides vocational skills together with enhanced IT
skills and general employability support and employment mentoring. Maxilla
Walk similarly provides a good range of programmes and support focussed on
16-18 year olds.
II.1.6) Common procurement vocabulary (CPV)
90911200
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
3 year contract with the scope for 2 possible 1 year extensions. Value
below is estimated contract value range for the duration of the contract 3
year contract.
Excluding VAT
Range between 106 500 and 177 500 GBP
II.2.2) Options
Yes
description of these options: The contract is for 3 years with 2 possible
1 year extensions.
provisional timetable for recourse to these options: in months: 36 (from
the award of the contract)
Number of possible renewals 2
in the case of renewable supplies or service contracts, estimated
timeframe for subsequent contracts: in months: 12 (from the award of the
contract)
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Starting 1.1.2012. Completion 31.12.2014

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: 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.
Information and formalities necessary for evaluating if requirements are
met:
In the first instance, candidates should register with
www.tenet4tenders.com and express an interest in the contract. Contract
details can be found under the "latest opportunities" section of the
tenet4tenders homepage. A pre qualification qualification questionnaire
will need to be completed and returned (via www.tenet4tenders.com) as part
of the request to participate process. Candidates will need to provide as
part of the request to participate 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: In the first instance, candidates should register with
www.tenet4tenders.com and express an interest in the contract. Contract
details can be found under the "latest opportunities" section of the
tenet4tenders homepage. A pre qualification qualification questionnaire
will need to be completed and returned (via www.tenet4tenders.com) as part
of the request to participate process. Candidates will need to provide as
part of the request to participate process details of 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.
Minimum level(s) of standards possibly required 710 000 GBP public
liability insurance of 5 000 000 GBP employers liability insurance 5 000
000 GBP tenderers will be required to pass a financial assessment. Please
see PQQ for further details.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if requirements are
met:
In the first instance, candidates should register with
www.tenet4tenders.com and express an interest in the contract. Contract
details can be found under the "latest opportunities" section of the
tenet4tenders homepage. A pre qualification qualification questionnaire
will need to be completed and returned (via www.tenet4tenders.com) as part
of the request to participate process. Candidates will need to provide as
part of the request to participate process 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 number of operators 6
Objective criteria for choosing the limited number of candidates: The
Selection criteria can be found in the request to participate (pre
qualification questionnaire) documentation.
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
KC CLN2011
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents
Payable documents No
IV.3.4) Time-limit for receipt of tenders or requests to participate
18.7.2011 - 13:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
26.7.2011
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 month(s): 5 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening tenders
Date: 31.8.2011 - 13:00
Persons authorised to be present at the opening of tenders No

SECTION VI: COMPLEMENTARY INFORMATION

VI.1) THIS IS A RECURRENT PROCUREMENT
Yes
estimated timing for further notices to be published: 30 months from
contract start date
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3) ADDITIONAL INFORMATION
Section II.3) – dates refer to the initial 3 year contract period and do
not include the option of the 1 year extensions. Section IV.3.5) – dates
are an estimate.
In the first instance, candidates should register with
www.tenet4tenders.com and express an interest in the contract. Contract
details can be found under the "latest opportunities" section of the
tenet4tenders homepage. A pre qualification qualification questionnaire
will need to be completed and returned (via www.tenet4tenders.com) as part
of the request to participate process.. The questionnaire will cover area
management, company structure, and financial information, quality
assurance policies, health and safety, evidence of similar experience and
references.
The Contracting Authority shall not be under any obligation to accept the
lowest tender or any tender. The Contracting Authority reserves the right
to cancel the entire or parts of the tender, without such an action
conferring any right to compensation on the tenderers.
The Contracting Authority has no liability to settle any cost incurred by
the tenderer as a result of the tendering procedure.
VI.4) PROCEDURES FOR APPEAL
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The authority will
incorporate a minimum 10 calendar day standstill period (or 15 days if non
electronic methods used) at the point that information on the award of the
contract is communicated to tenderers. If an appeal regarding the award of
contract has not been successfully resolved then the Public Contracts
Regulations 2006 provide for aggrieved parties who have been harmed or are
at risk of harm by breach of the rules to take action in the High Court.
Any such action must be brought promptly (generally within 3 months).
VI.5) DATE OF DISPATCH OF THIS NOTICE:
17.6.2011