Cleaning Contract Malton
Norton College Cleaning Contract.
United Kingdom-Malton: School cleaning services
2016/S 056-094249
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Norton College
Langton Road, Norton
For the attention of: The Contract Manager
YO17 9PT Malton
UNITED KINGDOM
Telephone: +44 1482975884
E-mail: tenders@addedvalueportal.co.uk
Internet address(es):
Electronic access to information: http://www.pagabo.co.uk/tenders/AVP-NOR-1008
Electronic submission of tenders and requests to participate: http://www.pagabo.co.uk/tenders/AVP-NOR-1008
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1)Description
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: Norton, Malton, North Yorkshire.
NUTS code UKE
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)
II.1.6)Common procurement vocabulary (CPV)
90919300, 90910000, 90911200, 90919200
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:
Summary of TUPE information, additional information will be provided at the ITT stage:
1 x Supervisor;
9 x Cleaners.
Additional Information is contained in the Pre-qualification Questionnaire.
Estimated value excluding VAT:
Range: between 400 000 and 600 000 GBP
II.2.2)Information about options
Description of these options: The Framework Agreement will be for an initial 3 years with an option to extend for a further 1 year based on satisfactory performance.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
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
Section III: Legal, economic, financial and technical information
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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Please refer to the Invitation to Tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of 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: As stated in the Pre Qualification Questionnaire.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Norton College
Langton Road, Norton
YO17 9PT Malton
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Added Value Portal Limited
10-14 Melton Enterprise Park
HU14 3RS Melton
UNITED KINGDOM
VI.5)Date of dispatch of this notice: