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

Provision of Cleaning Services

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Guildford County School
Farnham Road,
For the attention of: Heather Styche-Patel
GU2 4LU Guildford
UNITED KINGDOM
Telephone: +44 1483504089
E-mail:
Fax: +44 1483300849

Internet address(es):

General address of the contracting authority: http://www.guildfordcounty.co.uk

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA27588

Further information can be obtained from: Guildford County School
Farnham Road
Contact point(s): Business Manager
For the attention of: Heather Styche-Patel
GU2 4LU Guildford
UNITED KINGDOM
Telephone: +44 1483504089
E-mail:
Fax: +44 1483300849
Internet address: https://sites.google.com/site/schooltemplate3/procurement-information

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Guildford County School
Farnham Road
Contact point(s): Business Manager
For the attention of: Heather Styche-Patel
GU2 4LU Guildford
UNITED KINGDOM
Telephone: +44 1483504089
E-mail:
Fax: +44 1483300849
Internet address: https://sites.google.com/site/schooltemplate3/procurement-information

Tenders or requests to participate must be sent to: Guildford County School
Farnham Road
Contact point(s): Business Manager
For the attention of: Heather Styche-Patel
GU2 4LU Guildford
UNITED KINGDOM
Telephone: +44 1483504089
E-mail:
Fax: +44 1483300849

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: Guildford, Surrey

NUTS code UKJ23

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)
Guildford County School is situated in Guildford. The campus consists of 3 main buildings and two smaller buildings, built between 1900 and 1990. The buildings house a diverse range of spaces including:
- general classrooms,
- ICT rooms,
- art studios,
- drama studios,
- science laboratories,
- food technology rooms,
- design and technology studios,
- music rooms,
- eating areas,
- staff rooms,
- student common rooms,
- libraries,
- offices,
- stairs and landings,
- toilet and changing areas,
- large spaces (including gyms, halls and performance studios) and
- external entrances and porches.
All of which require cleaning to a high quality standard in compressed timescales on a daily basis and deep cleaning these areas during school holiday periods.
A pre qualificiation document is available from:

https://sites.google.com/site/schooltemplate3/procurement-information

Deadline for receipt of the PQQ documents is 11am on 30th April 2013. Suppliers will be selected on the basis of the best qualified following assessment of the PQQ responses.
Full tender documentation and contract information will be issued to selected bidders no later than 5th May.
The contract duration will be for 36 months, with potential to renew for a further 24 months. Contract start date is 1st August 2013.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=101477.

II.1.6)Common procurement vocabulary (CPV)

90910000

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:
II.2.2)Information about options
Options: yes
Description of these options: Optional contract extension of up to two years
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 1.8.2013. Completion 31.7.2016

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the pre-qualification questionnaire (PQQ)
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per PQQ
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per PQQ
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As per PQQ and subsequent tender documents
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: As per PQQ
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per PQQ
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per PQQ
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Accelerated restricted
Justification for the choice of accelerated procedure: To enable faster procurement in the current economic climate thereby benefiting economies by providing quicker distribution of public funds into markets.
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: As per PQQ
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:
IV.3.2)Previous publication(s) concerning the same contract
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
3.4.2013 - 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
22.4.2013
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
VI.2)Information about European Union funds
VI.3)Additional information
(MT Ref:101477)
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:
8.3.2013