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 - School Cleaning Services
« on: September 26, 2013, 12:38:25 pm »

Title

United Kingdom-London: School cleaning services



Publication Date

25 September 2013

OJS Ref

186/2013



Place

LONDON

Country

UK - United Kingdom



Authority Name

THE ELDON FEDERATION



Authority Type

Body governed by public law



Deadline

11 November 2013 @ 12 00

Original Language

EN - English 



Contract

Service contract

Procedure

Restricted procedure



 Document

Contract notice

 Regulation

European Communities, with participation by GPA countries



CPV Codes

90919300 - School cleaning services



NUTS Codes

UKI - LONDON




--------------------------------------------------------------------------------




Full Details

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
The Eldon Federation
Eldon Road, Edmonton
For the attention of: Craig Lockley
N9 8LG London
UNITED KINGDOM
Telephone: +44 1376511411
E-mail: craig.lockley@tenetservices.com
Further information can be obtained from: Tenet Education Services
8 Atlantic Square, Station Road
Contact point(s): Craig Lockley
CM8 2TL Witham
UNITED KINGDOM
Telephone: +44 1376511411
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Education
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
The Eldon Federation Building Cleaning Services Contract.
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 site or location of works, place of delivery or of performance: Eldon
Junior School, Eldon Infant School and The Lower Edmonton Children's
Centre
Eldon Road, Edmonton
London
N9 8LG
NUTS code UKI
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)
The Eldon Junior School, Eldon Infant School and The Lower Edmonton
Children's Centre require Building Cleaning Services under one contract.
II.1.6) Common procurement vocabulary (CPV)
90919300
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: no
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:
Value below is the estimated contract value range for the duration of the
initial 3 year contract period.
Estimated value excluding VAT:
Range: between 300 000 and 420 000 GBP
II.2.2) Information about options
Options: yes
Description of these options: The initial contract is for 3 years with
scope for extensions for a further period or periods of any duration, but
in any case, the total duration of any extensions shall not exceed 24
months from the last day of the initial contract period.
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.1.1) Deposits and guarantees required:
The right is reserved to require a guarantee bond to secure any risk
exposure of early termination of any local authority pension scheme
admitted body status agreement entered into.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Where a consortium or other grouping of suppliers submits a bid, such
consortia or grouping must nominate a lead organisation to deal with the
Contracting Authority on all matters relating to the Contract. All
consortium members or grouping will be required to be jointly and
severally liable in respect of the obligations and liabilities relating to
the Contract.
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 May 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 June 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 ability
Information and formalities necessary for evaluating if the 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: Minimum turnover: 750k
GBP p/a.
Public liability: 5 million GBP.
Employers liability: 5 million GBP.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the 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.
Minimum level(s) of standards possibly required:
Please see Part B Grounds for Exclusion in the PQQ document.
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
III.3.2) Staff responsible for the execution of the service
Legal persons 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) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
IV.3.4) Time limit for receipt of tenders or requests to participate
11.11.2013 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
2.12.2013
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Yes – 36 Months from
contract start date, depending on whether extension periods are taken up.
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
Section II.3) – dates refer to the initial 3 year contract period and do
not include the options of any extensions.
Section IV.3.5) – dates are an estimate.
Section IV.3.8) – conditions for opening tenders, Date: 27.1.2014.
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:
23.9.2013