Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Marine Academy Plymouth
Trevithick Road, St Budeaux
Contact point(s): Competitive Contract Services
For the attention of: Ruth Hutt
PL5 2AF Plymouth
UNITED KINGDOM
Telephone: +44 1303862103
E-mail:
Internet address(es):
General address of the contracting authority: http://www.marineacademy.org.uk/website-homepage
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 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:
Marine Academy Plymouth Cleaning Contract 2016.
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
Main site or location of works, place of delivery or of performance: Marine Academy Plymouth, Trevithick Road, St Budeaux, Plymouth, PL5 2AF.
NUTS code UKK41
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)
Marine Academy Plymouth is a state-funded co-educational all-through school with academy status, located in Plymouth, Devon. The school includes a nursery, primary, secondary and sixth form on a single campus.
The school's sponsors are Plymouth University, Cornwall College and Plymouth City Council. The primary school is a free school.
The Academy wish to appoint a service provider to undertake the cleaning of building interiors for a period of up to 7 years. The service has been outsourced since the Academy was formed in 2010 and all the staff involved in the delivery of the service are directly employed by the current Contractor.
The total internal floor area to be cleaned is 10 316 square metres.
II.1.6)Common procurement vocabulary (CPV) 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:
3 years plus extension 2 years plus extension 2 years = 7 years in total.
Estimated value excluding VAT:
Range: between 900 000 and 1 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 84 (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:
None.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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 conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: The terms and conditions as described in the contract documents.
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: Completion of a pre-qualification questionnaire is required in which the operator is required to demonstrate relevant experience, track record and technical capacity.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Completion of a pre-qualification questionnaire is required in which the operator is required to demonstrate relevant experience, track record and technical capacity.
Minimum level(s) of standards possibly required: Completion of a pre-qualification questionnaire is required in which the operator is required to demonstrate relevant experience, track record and technical capacity.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Completion of a pre-qualification questionnaire is required in which the operator is required to demonstrate relevant experience, track record and technical capacity.
Minimum level(s) of standards possibly required:
Completion of a pre-qualification questionnaire is required in which the operator is required to demonstrate relevant experience, track record and technical capacity.
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 minimum number 4: and maximum number 5
Objective criteria for choosing the limited number of candidates: Completion of a pre-qualification questionnaire is required in which the operator is required to demonstrate relevant experience, track record and technical capacity.
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:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate24.5.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates13.6.2016
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 tenders
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
Tenderers are invited to express their interest by contacting Ruth Hutt and completing the pre-qualification questionnaire to be returned to before 12:00 24.5.2016.
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:14.4.2016