This cleaning tender process is targeted to have a cleaning contract in place to commence on 1.1.2016.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Macclesfield College
Park Lane
For the attention of: Ray Jeffrey RPJ3 Group Ltd: ray@rpj3group.co.uk
SK11 8LF Macclesfield
UNITED KINGDOM
Telephone: +44 7771768234
E-mail: ray@rpj3group.co.uk
Internet address(es):
Electronic access to information: http://bit.ly/MacclesfieldCollegeOJEUCleaningTenderPQQ
Electronic submission of tenders and requests to participate: http://bit.ly/MacclesfieldCollegeOJEUCleaningTenderPQQ
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
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:
Cleaning Contract for Macclesfield College.
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 UKD2
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)
Building-cleaning services. College Cleaning Services. This cleaning tender process is targeted to have a cleaning contract in place to commence on 1.1.2016. The process will include the creation of a select bidder list following analysis of PQQ documents (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure as this cleaning covers over 39 000 square metres of college buildings in Macclesfield and occupied by over 2 000 people. Labour resource and relief cover is therefore critical. We have set a Minimum level of turnover for this tender at 250 000 GBP which takes into account the contract turnover and cash flow associations. In the PQQ, this is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum Employer’s (Compulsory) Liability Insurance of 10 000 000 GBP and a Minimum Public Liability Insurance at 5 000 000 GBP. The contract will be for a 3+1+1 period (5 year in total).
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)Lots
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:
See section 11.1.5
The estimated contract value for the initial 3 year period is 390 000 GBP.
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)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
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 detailed in 11.1.5 candidates will be assessed in accordance with Part 2 of the Public Contracts Regulations 2015, as amended, on the basis of information provided in response to a Pre Qualification Questionnaire (PQQ) copies of which are available on as detailed in section 1. Completed PQQs must be returned to the College at the address in Section 1 before the deadline specified in Section IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in 11.1.5 we have set a Minimum level of turnover for this tender at 250 000 GBP which takes into account the contract turnover and cash flow associations. In the PQQ, this is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum Employer’s (Compulsory) Liability Insurance of 10 000 000 GBP and a Minimum Public Liability Insurance at 5 000 000 GBP. These minimum levels are in addition to the standardised mandatory and discretionary pass/fall questions which includes if there is evidence of convictions relating to specific criminal offences including, but not limited to, bribery, corruption, conspiracy, terrorism, fraud and money laundering.
III.2.3)Technical capacity
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
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
Objective criteria for choosing the limited number of candidates: Note that, the College intends to invite between 5 and 9 candidates to tender on the basis of the ranking of candidates at the qualification / PQQ evaluation stage at which the criteria referred to in Part 2 of The Public Contracts Regulations 2015, as amended will be assessed and marked.
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
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
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.7.2015 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
13.7.2015
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
The College expressly reserves the rights:
i) not to award any contract as a result of this procurement process commenced by publication of this notice;
ii) to make whatever changes it may see fit to the content and structure of the tendering competition.
And in no circumstances will the College be liable for any costs incurred by candidates.
Please note that the dates given including dispatch of invitation to tender or to participate to selected candidates of 13.7.2015 in section 1V.1.3 is an estimate only of the select bidder site visit and initial tender clarification meeting.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=146128004
GO Reference: GO-201565-PRO-6657380.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The College will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 30 days).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.6.2015