Cleaning Services Tender Neath
The cleaning services of both Neath Port Talbot and Powys have been outsourced for a number of years and therefore any transfer will involve a TUPE transfer of existing staff.
United Kingdom-Neath: Cleaning and sanitation services
2013/S 223-388521
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NPTC Group
Neath Campus, Dwr-Y-Felin Road
Contact point(s): Procurement
For the attention of: Christine Jenkins
SA10 7RF Neath
UNITED KINGDOM
Telephone: +44 1639648091
E-mail: elaine.jenkins@nptcgroup.ac.uk
Fax: +44 1639648009
Internet address(es):
General address of the contracting authority: www.nptcgroup.ac.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0270
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 Services.
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: Neath Port Talbot & Powys.
NUTS code UKL24
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)
Two of Wales’ most successful further education colleges have joined forces on 1.8.2013. Following the merger. NPTC Group, formerly known as Neath Port Talbot College (NPTC) and Coleg Powys.
It has been agreed that contracts will be merged when both colleges’ contracts have expired. The College has made a decision that NPTC Group will award the contract to one Contractor to service all areas.
The spend for all sites per annum is GBP 451,000, that includes Llandarcy Park Ltd which the College owns.
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
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:
NPTC Group consists of 12 Campuses and a Sports Academy. The area that NPTC Group covers is a third of the land mass of Wales, which includes Neath Port Talbot and Powys North and South. The approximate measurement to be cleaned daily is 34,901.23 square meters.
The contract will be for 5 years. The cleaning services of both Neath Port Talbot and Powys have been outsourced for a number of years and therefore any transfer will involve a TUPE transfer of existing staff.
Estimated value excluding VAT: 450 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
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:
Delivery payment.
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: 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: NPTC Group will apply Regulation 23(1) of the Public Contracts Regulations 2006 sets out grounds on which a bidder will be deemed ineligible to tender for, or be awarded, a public contract.
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 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.
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
10M Public Liability
5M Employers Liability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(2) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(3) 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
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 number of operators: 6
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:
NPTC136
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: 18.12.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
20.12.2013 – 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
17.1.2014
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
Please see PQQ.
(WA Ref:3923)
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: In accordance with 47,47D to 47N (inclusive) of the public contracts regulations 2006 (amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:14.11.2013