The contract will be split into 2 lots: Lot 1 – Carshalton College.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and 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: yes
Tenet Education Services Ltd
Atlantic Square
CM8 2TL Witham
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Carshalton College and Kingston College Building Cleaning Services Contract.
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: Carshalton College, Nightingale Road, Carshalton, Surrey, SM5 2EJ.
NUTS code UKJ23,UKJ2
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)
Carshalton College & Kingston College require one or two suppliers to fulfil their building cleaning services requirements. The contract will be split into 2 lots: Lot 1 – Carshalton College, the contract will take place at Carshalton College, Nightingale Road, Carshalton, Surrey, SM5 2EJ. Lot 2 – Kingston College, the contract will take place at Kingston College, Kingston Hall Road, Kingston upon Thames, Surrey KT1 2AQ. The contract will be ran through the Restricted OJEU process.
II.1.6)Common procurement vocabulary (CPV)
90911200, 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: yes
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:
Carshalton College & Kingston College require one or two suppliers to fulfil their building cleaning services requirements. The contract will be split into 2 lots: Lot 1 – Carshalton College, the contract will take place at Carshalton College, Nightingale Road, Carshalton, Surrey, SM5 2EJ. Lot 2 – Kingston College, the contract will take place at Kingston College, Kingston Hall Road, Kingston upon Thames, Surrey KT1 2AQ. The contract will be ran through the Restricted OJEU process.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
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
Starting 1.8.2015. Completion 31.7.2018
Information about lots
Lot No: 1Lot title: Lot 1 – Carshalton College
1)Short description
Lot 1 contract location is Carshalton College, Nightingale Road, Carshalton, Surrey, SM5 2EJ.
2)Common procurement vocabulary (CPV)
90919300, 90910000, 90911200
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2Lot title: Lot 2 – Kingston College
1)Short description
Lot 2 contract location is Kingston College, Kingston Hall Road, Kingston upon Thames, Surrey KT1 2AQ.
2)Common procurement vocabulary (CPV)
90910000, 90911200, 90919300
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The right is reserved to require a guarantee bond to secure any risk exposure of early termination of any local authority pension scheme admitted body status agreement entered into.
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:
Where a consortium or other grouping of suppliers submits a bid, such consortia or grouping must nominate a lead organisation to deal with the Contracting Authority on all matters relating to the Contract. All consortium members or grouping will be required to be jointly and severally liable in respect of the obligations and liabilities relating to the Contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the ‘Opportunities’ section of the multiquote.com homepage. A pre qualification qualification questionnaire will need to be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process details of enrollment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, non payment relating to social security contributions or taxes applies to the economic operator. Economic operators may be excluded from participation if any of these circumstances applies. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the ‘Opportunities’ section of the multiquote.com homepage. A pre qualification qualification questionnaire will need to be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process details of turnover, profit and capital and reserves for previous 3 years. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards possibly required: Minimum Turnover: GBP 750 000 Minimum Insurance Levels: GBP 5 000 000 PL & EL.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the ‘Opportunities’ section of the multiquote.com homepage. A pre qualification qualification questionnaire will need to be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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: no
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
Envisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: This will be enough to ensure fair competition. Envisaged number of competitors is 6.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
CA2788
IV.3.2)Previous publication(s) concerning the same contract
no
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
30.3.2015 – 12:00
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
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
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 authority will incorporate a minimum 10 calendar day standstill period (or 15 days if non electronic methods used) 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 2006 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 3 months).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.2.2015