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

Davison Cleaning Contract (School and Leisure Centre).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Davison C.E. High School
Selborne Road
For the attention of: Ann Scales
BN11 2JX Worthing
UNITED KINGDOM
Telephone: +44 1903233835
E-mail:
Fax: +44 1903211417

Internet address(es):

General address of the contracting authority: www.davison.w-sussex.sch.uk

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA32349

Further information can be obtained from: Davison C.E. High School
Selborne Road
For the attention of: Ann Scales
BN11 2JX Worthing
UNITED KINGDOM
Telephone: +44 1903233835
E-mail:
Fax: +44 1903211417
Internet address: www.davison.w-sussex.sch.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Davison C.E. High School
Selborne Road
For the attention of: Ann Scales
BN11 2JX Worthing
UNITED KINGDOM
Telephone: +44 1903233835
E-mail:
Fax: +44 1903211417
Internet address: www.davison.w-sussex.sch.uk

Tenders or requests to participate must be sent to: Davison C.E. High School
Selborne Road
For the attention of: Ann Scales
BN11 2JX Worthing
UNITED KINGDOM
Telephone: +44 1903233835
E-mail:
Fax: +44 1903211417
Internet address: www.davison.w-sussex.sch.uk

I.2)Type of the contracting authority
Other: Maintained School
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:
Davison Cleaning Contract (School and Leisure Centre).
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: Davison C.E. High School and Davison Leisure Centre Worthing.

NUTS code UK

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)
Davison C.E. High School for Girls and Davison Leisure Centre currently have an in-house cleaning operation that they would like to be managed by an external contractor. This large secondary school will be expanding in September 2015 in terms of pupil numbers and new buildings. The contract will commence on 1.4.2015 for a period of 3 years. We are seeking a suitably experienced contractor who can evidence a high quality cleaning provision within schools. The successful contractor will have a strong operational base and adequate on site supervision. TUPE applies to this contract. Enhanced DBS checks for all staff is a requirement. Davison is a school which sets and expects very high standards in all areas. We are keen to find a company who will work in partnership with the school and are flexible in their approach.

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=146371

II.1.6)Common procurement vocabulary (CPV)

90910000, 90919300

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:
Cleaning of all school buildings 1200 sq metres (approx.).
Cleaning of all new school buildings from Sept 2015 (720 sq metres).
Cleaning of all Leisure Centre Buildings 700 sq metres (approx.).
II.2.2)Information about options
Options: yes
Description of these options: Option to extend for another 2 years on a year by year basis.
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 1.4.2015. Completion 31.3.2018

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:
Payments will be made monthly in arrears on receipt of invoice. The school reserves the right to withhold payment if the service is not delivered in accordance with the contract.
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: All staff must be DBS cleared.
Cover for staff absence must be provided.
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
Minimum level(s) of standards possibly required: The organisation must have been trading for at least 3 years.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
(3) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(4) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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
Time limit for receipt of requests for documents or for accessing documents: 16.1.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
20.2.2015 - 09:00
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
Duration in months: 12 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 2.2.2015 - 10:00

Place:

Davison C.E. High School.

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(MT Ref:146371).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Davison Governing Body
Davison C.E. High School Selborne Road
BN11 2JX Worthing
UNITED KINGDOM
E-mail:
Telephone: +44 1903233835

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Appeals to be received by 1.3.2015.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
6.1.2015