Norfolk Educational Services - Building Cleaning Services

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Norfolk Educational Services
Norwich City College of Further and Higher Education, Ipswich Road
Contact point(s): Procurement Team
For the attention of: Mike Welch, Allison Parkinson
NR2 2LJ Norwich
UNITED KINGDOM
Telephone: +44 1603773144
E-mail:
Fax: +44 1603773082

Internet address(es):

General address of the contracting authority: http://www.tengroup.org.uk/

Address of the buyer profile: https://in-tendorganiser.co.uk/fe/aspx/ITLogin.aspx

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
Other: Public sector supplier of shared services to TEN Group educational members
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: yes

City College Norwich

City Academy Norwich

Wayland Academy

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Norfolk Educational Services - Building 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

NUTS code UKH13

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the setting up of a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Norfolk Education Services (NES) is looking to procure building cleaning services for Ten Group federation member College and Academy sites. The current sites consist of City College Norwich (NR2 2LJ); City Academy Norwich (NR4 7LP); and Wayland Academy (IP25 6BA); though future sites may also be added. Service to commence 1.8.2013.
II.1.6)Common procurement vocabulary (CPV)

90910000, 90919000

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Details of the scope of the project are already given at section II.1.5 above. An estimate is given below relating to the project in terms of its potential value in GBP. This is an estimate only and the actual contract value over the life of the contract may be more or less than this estimate depending on the tenders received and the options exercised (if any).
Estimated value excluding VAT:
Range: between 1 800 000 and 3 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract will be for an initial period of 3 years (36 months) with options (to be exercisable under the contract) to extend the contract for up to 2 periods each of a further 12 months depending on business needs.
II.2.3)Information about renewals
This 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: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (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:
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 conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details to be provided in the Invitation to Tender.
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: In accordance with Articles 45 and 46 of Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006, as set out in the Pre-Qualification Questionnaire available from the address in section I.1 and other tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006, as set out in the Pre-Qualification Questionnaire available from the address specified in Section I.1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Article 48 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006, as set out in the Pre-Qualification Questionnaire.
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: and maximum number 8
Objective criteria for choosing the limited number of candidates: The highest scoring 8 candidates that also pass the mandatory pass/fail questions in the Selection Questionnaire will be invited to tender. In the event of a tie, those scoring highest in the most heavily weighted question will proceed. If there is still a tie, then those who received the highest score in the second most heavily weighted question will proceed. This methodology will continue to be applied until there ceases to be a tie.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
NES CS1003.
IV.3.2)Previous publication(s) concerning the same contract
no
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
7.3.2013
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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

PQQs and ITTs will be issued and should be returned via the In-tend electronic tendering system. Suppliers must register with In-tend in order to access the system and documentation. Please follow the link: https://in-tendhost.co.uk/fe/aspx/Home in order to do so.

Tenders and all supporting documentation must be in English or a full translation provided at no cost to the contracting authority. Tenderers should note that any contract awarded will be subject to English law and the jurisdiction of the English courts. All bid prices must be in GBP.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Please refer to VI.4.2

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: NES will allow a standstill period at the point the decision regarding the award of the contract is communicated to tenderers. The standstill period shall be in accordance with Regulation 32A of the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.2.2013