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
Bexleyheath - Office and School Cleaning
« on: November 29, 2013, 11:29:18 am »

Title

United Kingdom-Bexleyheath: Office, school and office equipment cleaning



Publication Date

29 November 2013

OJS Ref

232/2013



Place

BEXLEYHEATH

Country

UK - United Kingdom



Authority Name

LONDON BOROUGH OF BEXLEY



Authority Type

Local authorities



Deadline

22 January 2014 @ 12 00

Original Language

EN - English 



Contract

Service contract

Procedure

Open procedure



 Document

Contract notice

 Regulation

Not Specified



CPV Codes

90919000 - Office, school and office equipment cleaning services



NUTS Codes

UKI2 - Outer London




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




Full Details

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
London Borough Of Bexley
Civic Offices, Broadway
Contact point(s): Procurement Team
For the attention of: Sue Morton
DA6 7LB Bexleyheath
UNITED KINGDOM
Telephone: +44 2030455123
E-mail: sue.morton@bexley.gov.uk
Fax: +44 2030455462
Internet address(es):
Address of the buyer profile: www.bexley.gov.uk
Electronic access to information: www.londontenders.org
Electronic submission of tenders and requests to participate:
www.londontenders.org
Further information can be obtained from: The above mentioned contact
point(s)
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: London Tenders Portal
Bexley
UNITED KINGDOM
Internet address: www.londontenders.org
Tenders or requests to participate must be sent to: London Borough Of
Bexley
Bexley
UNITED KINGDOM
Internet address: www.londontenders.org
I.2) Type of the contracting authority
Regional or local authority
I.3) Main activity
General public services
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 - Woodside School.
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
NUTS code UKI2
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)
Office, school and office equipment cleaning services. Provision of
Cleaning Services Woodside Schools at Halt Robin Road, Belvedere, Kent and
Colyers Lane, Erith Kent.
Halt Robin Road Site is a community special school catering for pupils
with moderate learning difficulties aged between 7 and 16. There are
approximately 200 pupils. The site consists of one Victorian building, a
1970 three story block, a 1970s gym, a standalone art room and a
portacabin classroom.
Colyers Lane Site is a community special school catering for pupils with
autism aged between 7 and 18. The school expect to have approximately 120
pupils. Currently the site is being refurbished and extended and this
largely new building will be completed in Spring 2014.
A cleaning service for classrooms, libraries, staff rooms, toilets,
first-aid rooms, changing rooms, cloakrooms, shower rooms, offices,
communal areas and specialist rooms is required during the school term
with deep cleans required during February Half Term and August . Bids are
invited for one or both sites
The contract will run until 31.3.2017, with the option to extend up to a
further 5 months. It is envisaged that the contract will commence on the
1.4.2014.
II.1.6) Common procurement vocabulary (CPV)
90919000
II.3) Duration of the contract or time limit for completion
Duration in months: 41 (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:
Bonds, Parent Company Guarantee and Collateral warranties may be required
and will be specified in the tender
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.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: The Authority will apply all the offences listed in Article 45(1)
of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public
Contract Regulations (PCR) 2006 in the UK) and all of the professional
misconducts listed at Article 45(2) of Directive 2004/18/EC (see also
Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate
is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at
http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the
qualification process. For candidates who are registered overseas, you
will need to declare if you have any offences/misconduct under your own
countries laws, where these laws are equivalent to the Regulation 23
lists.
Candidates who have been convicted of any of the offences under Article
45(1) are ineligible and will not be selected to bid, unless there are
overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or
misconduct under Article 45(2) may be excluded from being selected to bid
at the discretion of the Authority.
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
below
1. Price. Weighting 80
2. Quality. Weighting 20
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
4382
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
22.1.2014 - 12:00
IV.3.7) Minimum time frame during which the tenderer must maintain the
tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.3) Additional information
The contracting authority considers that this contract may be suitable for
economic operators that are small or medium enterprises (SMEs). However,
any selection of tenderers will be based solely on the criteria set out
for the procurement, and the contract will be awarded on the basis of the
most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=81251880
GO Reference: GO-20131127-PRO-5294855
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
London Borough Of Bexley
Civic Offices, Broadway
DA6 7LB Bexleyheath
UNITED KINGDOM
Telephone: +44 2030455123
Fax: +44 2030455462
Body responsible for mediation procedures
London Borough Of Bexley
UNITED KINGDOM
VI.4.3) Service from which information about the lodging of appeals may
be obtained
London Borough Of Bexley
Civic Offices, Broadway
DA6 7LB Bexleyheath
UNITED KINGDOM
E-mail: sue.morton@bexley.gov.uk
Telephone: +44 2030455123
Fax: +44 2082946835
VI.5) Date of dispatch of this notice:
27.11.2013