School Cleaning Services London
The School is placing their Cleaning services to competitive tender and are inviting professional Cleaning organisations to bid for the contract with the intention of awarding the contract following due process by 5.3.2014.
United Kingdom-London: School cleaning services
2014/S 244-430170
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
St Andrew the Apostle Greek Orthordox School
Building 5, North London Business Park
For the attention of: The School Business Manager
N11 1BF London
UNITED KINGDOM
Telephone: +44 2031955444
Internet address(es):
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA9341
Further information can be obtained from: RM&C Consultants Limited
Suite 3 Corner House Offices, High Street
For the attention of: Mike Pooleman
TN17 3HE Cranbrook
UNITED KINGDOM
Telephone: +44 1580715531
E-mail: mikeindoors@aol.com
Internet address: www.rmandcconsultants.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: RM&C Consultants Limited
Suite 3 Corner House Offices, High Street
For the attention of: Mike Pooleman
TN17 3HE Cranbrook
UNITED KINGDOM
Telephone: +44 1580715531
E-mail: mikeindoors@aol.com
Internet address: www.rmandcconsultants.co.uk
Tenders or requests to participate must be sent to: RM&C Consultants Limited
Suite 3 Corner House Offices, High Street
For the attention of: Mike Pooleman
TN17 3HE Cranbrook
UNITED KINGDOM
Telephone: +44 1580715531
E-mail: mikeindoors@aol.com
Internet address: www.rmandcconsultants.co.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: St Andrew the Apostle Greek Orthordox School N11 1BF.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The School opened in September 2013 and will grow each year to a maximum capacity of 1 050 pupils covering the age range 11-18. The school serves students in Barnet and Enfield as well as the wider Greek Orthodox community in North London.
The school is underpinned by Christian values and welcomes students of all faiths and none.
The School is placing their Cleaning services to competitive tender and are inviting professional Cleaning organisations to bid for the contract with the intention of awarding the contract following due process by 5.3.2014. The School envisages moving from their current accommodation into a brand new school building elsewhere on North London Business Park in September 2017. On this basis the contract tenure will be for a fixed period to 31.7.2017 subject to an annual break clause and could be extended for a further 1 year subject to satisfactory performance and the school having to remain in its current building for that year.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=145679
II.1.6)Common procurement vocabulary (CPV)
90919300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) 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.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Section IV: Procedure
IV.1.1)Type of procedure
Justification for the choice of accelerated procedure: The school’s existing contract ends at the end of March 2015 and they have to have a new contract in place by 7.4.2015 and although the contract value falls below the OJEU threshold they still wish to go through a full and transparent procedure.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The criteria for selecting a shortlist of 6 is set out in the PQQ document which will be issued to all companies expressing interest.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
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
Section VI: Complementary information
VI.3)Additional information
VI.5)Date of dispatch of this notice: