By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Building Cleaning Services - ref 0316.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Tresham College of Further and Higher Education
Windmill Avenue
Contact point(s): Head of Finance
NN15 6ER Kettering
UNITED KINGDOM
E-mail:

Further information can be obtained from: Tresham College
Windmill Avenue
For the attention of: Head of Estates and Health and Safety
NN15 6ER Kettering
UNITED KINGDOM
E-mail:

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
Other: college of further and higher education
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:
Building Cleaning Services - ref 0316.
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 UKF23

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)
To provide building cleaning services covering 8 college sites within Northamptonshire.
II.1.6)Common procurement vocabulary (CPV)

90911200

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:

Provision of building cleaning services for the college. The College consists of 10 buildings ranging from single to 5 floors with a total approximate area of 29 549,15 m2. Their locations extend from Corby to Silverstone and all are in the county of Northamptonshire (approximately 40 linear miles).

II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.9.2016. Completion 31.8.2019

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be made within 30 days from receipt of a supplier invoice, based on a monthly charge (ie the annual contract value divided equally over 12 months).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The college requires cleaning to be undertaken at all sites at a time to ensure it does not interfere with the daily operational running of the college, for example early morning and late night. However a cleaning operative is required to be present during the day at both Windmill Avenue, Kettering and Oakley Road, Corby.
The college requires details of the cleaning operatives; with evidence to support they have the required DBS clearance. The college requires to be informed of any changes to personnel to ensure the continued compliance with the aforementioned clearance.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants should provide the following information:
(A short statement describing the financial health of the company and its ability to carry out and sustain the likely cash flow for a contract of this size. The statement should also confirm that the company will be able to purchase materials and goods at the appropriate times and pay sub-contractors without delay. Audited accounts are not required at this stage but may be required before an order is confirmed.
The turnover of the company for each of the last 3 years. (If your organisation is a subsidiary of a group the following information should be provided for both the subsidiary and the parent company).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the PQQ.
III.2.4)Information about reserved contracts
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: no

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
Objective criteria for choosing the limited number of candidates: The PQQ consists of 8 sections which will be scored as described in the Scoring Methodology detailed within the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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.3.1)File reference number attributed by the contracting authority:
0316
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: yes
IV.3.4)Time limit for receipt of tenders or requests to participate
20.4.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
27.4.2016
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
IV.3.8)Conditions for opening of tenders
Date: 10.6.2016 - 9:30

Place:

Windmill avenue campus, Kettering.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: To be opened by authorised officers of the organisation.
The date and time are the best estimates at time of dispatch.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: March 2019.
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
The date and time of opening tenders are the best estimates at time of dispatch.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.3.2016