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
Bilston - School Cleaning
« on: December 12, 2013, 11:20:16 am »

Title

United Kingdom-Bilston: School cleaning services



Publication Date

11 December 2013

OJS Ref

240/2013



Place

BILSTON

Country

UK - United Kingdom



Authority Name

NORTH EAST WOLVERHAMPTON ACADEMY AND SOUTH WOLVERHAMPTON & BILSTON ACADEMY



Authority Type

Body governed by public law



Deadline

17 January 2014 @ 12 00

Original Language

EN - English 



Contract

Service contract

Procedure

Restricted procedure



 Document

Contract notice

 Regulation

European Communities



CPV Codes

90919300 - School cleaning services



NUTS Codes

UKG35 - Walsall and Wolverhampton




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




Full Details

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
North East Wolverhampton Academy and South Wolverhampton & Bilston Academy
Dudley Street
Contact point(s): The Litmus Partnership Ltd
WV14 0LN Bilston
UNITED KINGDOM
Telephone: +44 1276673880
E-mail: pqq@litmuspartnership.co.uk
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: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned
contact point(s)
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.
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:
Dudley Street, Bilston WV14 0LN, United Kingdom.
NUTS code UKG35
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 successful tenderer will be required to provide cleaning services at
North East Wolverhampton Academy and South Wolverhampton & Bilston
Academy.
The contract will commence on 1.8.2014 for a period of 3 years.
This contract will be fixed price in nature with the successful contractor
also guaranteeing the number of input hours to the contract as well as the
quality of cleaning provision.
We are seeking a suitably experienced contractor who has current
experience of working within the secondary school or HE/FE market place,
ideally with a strong operational base within the Midlands, thus allowing
for both adequate contract support and operational flexibility that is to
be delivered to support the contract as and when needed moving forwards
into this contract term.
The scope of the contract covers all cleaning provision within the
Academies.
The successful contractor will be expected to deliver a concise and
detailed method of management reporting at the end of each month thus
updating the senior management team within the Academies on the contract
performance.
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): no
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: yes
Section III: Legal, economic, financial and technical information
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: Tenderers will be required to complete and submit a
pre-qualification questionnaire and associated documentation to The Litmus
Partnership Limited website.
Minimum standards for participation are stated in the Pre-Qualification
Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in
your exclusion from any further part in this process.
Conviction of criminal offences – questions are stated in the
Pre-Qualification Questionnaire.
Business Probity – questions are stated in the Pre-Qualification
Questionnaire.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: Tenderers will be required to complete and submit a
pre-qualification questionnaire and associated documentation to The Litmus
Partnership Limited website.
Minimum standards for participation are stated in the Pre-Qualification
Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in
your exclusion from any further part in this process.
Minimum level(s) of standards possibly required: Economic and financial
standing – Tenderers are required to have a minimum annual turnover of 1
000 000 GBP (one million pounds sterling).
Suppliers must be financially fluid and currently trading.
They must not be recorded at Companies House as having any negative action
/ event (dissolved, removed, in liquidation, etc) that calls into question
their financial / corporate standing. Such action / event will be deemed
to be a failure to meet minimum standards of economic and financial
standing. Additionally, suppliers must provide suitable evidence in the
form of the last full year of accounts (audited and accompanied by
auditors' confirmation where they are above the statutory threshold for
providing audited accounts, or certified by their bank if they are below
the statutory audit threshold). Non provision of such evidence to a
satisfactory standard will be deemed to be a failure to meet minimum
standards of economic and financial standing.
If a business has been recently set up and not audited, annual or endorsed
accounts have been produced, unaudited or management accounts for the 3
(three) months prior to the application must be provided and certified by
an independent Chartered Accountant or accompanied by a positive bankers
reference for the bidder.
Where information is available to the contracting authority that points to
concerns over financial viability, further information may be requested to
evidence financial viability and non-availability of, or refusal to
provide such evidence, will be deemed to be a failure to meet minimum
standards of economic and financial standing.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
Tenderers will be required to complete and submit a pre-qualification
questionnaire and associated documentation to The Litmus Partnership
Limited website.
Minimum standards for participation are stated in the Pre-Qualification
Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in
your exclusion from any further part in this process.
Minimum level(s) of standards possibly required:
Health and Safety Policy – Tenderers shall have a robust Health and Safety
Policy endorsed by the Company Director(s).
Tenderers shall have in place insurance cover of a minimum:
Public Liability Cover – 5 000 000 GBP (five million pounds sterling)
Employers Liability Cover – 5 000 000 GBP (five million pounds sterling)
Other questions as indicated in the Pre-Qualification Questionnaire shall
be assessed and scored on a points basis.
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 minimum number 5: and maximum number 10
Objective criteria for choosing the limited number of candidates: A
minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward
to the tender stage of the process. Where less than 5 suppliers meet the
minimum standards, only those that meet the minimum standards will be
taken through to the tender stage. Where more than 5 suppliers meet the
minimum standard, those suppliers with the highest scores will proceed to
the tender stage.
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
17.1.2014 - 12:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.3) Additional information
Interest in the pre-qualification process should be expressed via email
only to: pqq@litmuspartnership.co.uk clearly stating within this email
which contract/notice you are referring to. Please also provide, as a
minimum, a contact name, full company postal address and telephone number.
The closing date for receipt of the Pre-Qualification Questionnaire is
17.1.2014 (12:00). Tenderers are required to ensure that documents are
obtained and returned to The Litmus Partnership Limited, by email to:
pqq@litmuspartnership.co.uk by the above closing date and time. Policy
documents (where indicated in the Pre-Qualification Questionnaire) shall
be uploaded to The Litmus Partnership Limited pre-qualification website
prior to this closing date and time.
It will be the Tenderer's responsibility to obtain any necessary documents
and access to The Litmus Partnership pre-qualification website in order to
submit a response by the closing date and time.
The contracting authority reserves the right not to award any or part of
the contract which is the subject of this OJEU notice and reserves the
right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by
those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so
far as the variant or the evaluation of the variant is in the opinion of
the contracting authority practicable) on the same basis as a conforming
bid, but shall not be obliged to accept any such bid in preference to a
conforming bid even if the variant bid scores more highly. No variant will
be considered unless the bidder simultaneously submits a conforming bid.
VI.5) Date of dispatch of this notice:
9.12.2013