Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Great Yarmouth College
Suffolk Road
For the attention of: Lucia Layton
NR31 0ED Great Yarmouth
United Kingdom
Telephone: +44 1684580683
E-mail:
Internet address(es):
General address of the contracting authority: http://www.gyc.ac.uk/
Further information can be obtained from: Tender of cleaning services at Great Yarmouth College
i-Clean Systems Ltd, Blackmore Business Park
For the attention of: Lucia Layton
WR8 0EF Hanley Swan
United Kingdom
Telephone: +44 1684580680
E-mail:
Internet address: https://in-tendhost.co.uk/i-clean
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Tender of cleaning services at Great Yarmouth College
i-Clean Systems Ltd, Blackmore Business Park
For the attention of: Lucia Layton
WR8 0EF Hanley Swan
United Kingdom
Telephone: +44 1684580680
E-mail:
Internet address: https://in-tendhost.co.uk/i-clean
Tenders or requests to participate must be sent to: Tender of cleaning services at Great Yarmouth College
For the attention of: Lucia Layton
United Kingdom
Telephone: +44 1684580680
Internet address: https://in-tendhost.co.uk/i-clean
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Tender for cleaning services at Great Yarmouth College.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 14: Building-cleaning services and property management services
NUTS code UKH13
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Great Yarmouth College is required to award a new contract for the cleaning service provision in order to deliver the high standards of cleaning and hygiene required in line with an increasing focus on demonstrating value for money.
Cleaning services are required Monday to Friday for 52 weeks term time plus periodic tasks as specified within ITT 5.7 Periodic Specification. The contract will begin on 1.4.2017 and run until 31.3.2020 with an option to extend for 2 further 12 month periods.
Key dates to note:
Tenderer's Site Visit - 6.12.2016.
Presentations by Finalists - 24.1.2017.
Onsite signing of terms and conditions - 24.2.2017.
II.1.6)Common procurement vocabulary (CPV)90910000, 90911200, 90919300
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Great Yarmouth College is required to award a new contract for the cleaning service provision in order to deliver the high standards of cleaning and hygiene required in line with an increasing focus on demonstrating value for money.
Cleaning services are required Monday to Friday for 52 weeks term time plus periodic tasks as specified within ITT 5.7 Periodic Specification. The contract will begin on 1.4.2017 and run until 31.3.2020 with an option to extend for 2 further 12 month periods.
TUPE will apply.
Estimated value excluding VAT: 204 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: Option to extend by 2 years, 1 year at a time.
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion Starting 1.4.2017. Completion 31.3.2020
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
We reserve the right to require deposits and guarantees.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be invoice monthly - payment 30 days in arrears.
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.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: I-Clean Best Practice Certification.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See PQQ questionnaire.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See PQQ questionnaire and criteria.
Minimum level(s) of standards possibly required: See PQQ questionnaire and criteria.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See PQQ questionnaire and criteria.
Minimum level(s) of standards possibly required:
See PQQ questionnaire and criteria.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 6
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
ICS2435-2016
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 18.11.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate19.11.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates28.11.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersDate: 23.12.2016
Place:
i-Clean Systems Limited, Blackmore Business Park, Hanley Swan, WR8 0EF.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within the mandatory standstill period.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.10.2016