Cleaning Tender Cornwall
Building Cleaning Services for the Newquay Area/Charlestown Schools/Academies Partnership with Humphry Davy School, Penzance. UK-Newquay: office, school and office equipment cleaning services
2012/S 59-096275
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Newquay Area/Charlestown Schools/Academies Partnership with Humphry Davy School, Penzance
St Columb Minor Academy, Porthbean Road, St Columb Minor
Contact point(s): Mrs. Gill Harper
For the attention of: Mrs. Gill Harper
TR7 3JF Newquay
UNITED KINGDOM
Telephone: +44 1637873958
E-mail: gillharper@st-columb-minor.cornwall.sch.uk
Further information can be obtained from: Mr. Mike Shillaber
Corporate Procurement Unit, Cornwall Council, Room 10, 1st Floor Dalvenie House, Treyew Road
Contact point(s): Mr. Mike Shillaber
For the attention of: Mr. Mike Shillaber
TR1 3AY Truro
UNITED KINGDOM
Telephone: +44 1872322716
E-mail: mshillaber@cornwall.gov.uk
Fax: +44 1872323507
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Mr. Mike Shillaber
Corporate Procurement Unit, Cornwall Council, Room 10, 1st Floor Dalvenie House, Treyew Road
Contact point(s): Mr. Mike Shillaber
For the attention of: Mr. Mike Shillaber
TR1 3AY Truro
UNITED KINGDOM
Telephone: +44 1872322716
E-mail: mshillaber@cornwall.gov.uk
Fax: +44 1872323507
Tenders or requests to participate must be sent to: Mr. Mike Shillaber
Corporate Procurement Unit, Cornwall Council, Room 10, 1st Floor Dalvenie House, Treyew Road
Contact point(s): Mr. Mike Shillaber
For the attention of: Mr. Mike Shillaber
TR1 3AY Truro
UNITED KINGDOM
Telephone: +44 1872322716
E-mail: mshillaber@cornwall.gov.uk
Fax: +44 1872323507
Section II: Object of the contract
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: Trevisker CP School, Warwick Crescent, St Eval, Wadebridge, Cornwall PL27 7UD.
St Columb Minor Academy, Porthbean Road, St Columb Minor, Newquay, Cornwall TR7 3JF.
St Columb Major Academy, Newquay Road, St Columb Major, Cornwall TR9 6RW.
Mawgan in Pydar CP School, St Mawgan Village, Newquay, Cornwall TR8 4EP.
Charlestown Academy, Carlyon Bay, St Austell, Cornwall PL25 3PB.
Humphry Davy Secondary School, Coombe Road, Penzance, Cornwall, TR18 2TG.
NUTS code
maximum number of participants to the framework agreement envisaged: 2
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 550 000,00 and 600 000,00 GBP
It should be noted that under the terms of the overarching framework agreement to be put in place, there will, in essence, be an individual service contract reflective of each participating school/academy’s specific service requirements. As a minimum requirement, monthly monitoring of the cleaning teams performance at each site will be required and spot checks will need to be carried out on the teams on at least half-termly intervals by the line managers responsible for the cleaning teams.
Companies that progress via PQQ assessment to ITT stage will be invited to bid for the overall business on the basis of it being broken up into 3 distinct lots. Lot 1 will be the 4 Junior Schools in the Newquay Area plus Charlestown Academy near St. Austell. Lot 2 will be for Humphry Davy Secondary School, Penzance, only. Lot 3 will be a combination of Lots 1 and 2, i.e. all 6 School/Academy sites.
The desirable outcome of this procurement exercise, if deemed practical from an operational perspective, would be for a single provider to be appointed to the framework agreement and that all of the schools/academies will accept such an overall collaborative arrangement going forward to benefit from probable economies of scale etc. The framework agreement is expected to commence from 1st August 2012, and with the built in options to extend, for a further 1 + 1 year period, is anticipated to run on until 31st July 2016, subject to satisfactory performance and mutually acceptable agreement on any other conditions related to the overall service requirements. The current estimated annual value of business, across all 6 sites, is in the region of £150,000. Evidence of a well defined and supervised cleaning methodology will be paramount to support any subsequent tender applications.
Examples of the types of service requirements that may be required, but by no means an exhaustive list, are as follows:
— External and high level Window Cleaning – annually,
— Carpets – deep cleaned / shampooed at least twice a year e.g. August and Easter,
— Staffroom – upholstery on seats to be cleaned and free of stains half-termly,
— Wet floor areas – washed each evening and deep cleaned every term,
— Hall floor – polished annually or more often if needed,
— Food Technology room (i.e. small kitchen area) cleaned thoroughly each day,
— Staff kitchen – cleaned thoroughly each day,
— Curtains to be cleaned annually inc high level (thorough vacuum to eliminate cobwebs and general collection of dust),
— Supply of Black Sacks and Pedal/Swing Bin Bags and Sanitary Bags and associated disposal,
— Lock and unlock daily in some schools, others will be ad hoc,
— Use of environmentally friendly products, where possible,
— Disposal of recycling at the appropriate collection points,
— Disposal of full black sacks in skip provided or other specified container.
Please be aware that existing staff providing the services are generally anticipated to be eligible for a transfer of employment under TUPE regulations and an anonymised summary of their prevailing terms and conditions of employment, including any pension liabilities, will be provided as appendices to the Invitation to Tender Documentation.
90919000, 90919300
Tenders may be submitted for one or more lots
Range: between 550 000,00 and 600 000,00 GBP
Information about lots
Lot No: 1 Lot title: Newquay Area/Charlestown Grouping of 5 Junior Schools
90919000, 90919300
Estimated value excluding VAT:
Range: between 300 000,00 and 320 000,00 GBP
90919000, 90919300
Estimated value excluding VAT:
Range: between 260 000,00 and 280 000,00 GBP
90919000, 90919300
Estimated value excluding VAT:
Range: between 550 000,00 and 600 000,00 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: Subject to the Terms and Conditions that will be included within the Invitation to Tender documentation.
2) Contractors expressing an interest in tendering will be sent a Pre-Qualification Questionnaire document which will need to be completed and returned to Cornwall Council, acting as the Partnership’s Procurement Advisory Body, at the address set out in Annex A III, along with supporting information as requested.
3) Only those suppliers appropriately selected to be on the tender list will be invited to tender.
4) Parties will be provided with detailed instructions concerning the information they must provide. This will be contained in the pre-qualification questionnaire and/or tender documentation. Consideration will only be given to those contractors who complete and return the pre-qualification questionnaire and/or tender documentation by the required date.
Furthermore, a supplier will not be considered for tendering purposes if it:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a final judgment in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.6.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering. Parties will be provided with detailed instructions concerning the information they must provide. This will be contained in the Pre-Qualification Questionnaire. Consideration will only be given to those contractors who complete and return the Pre-Qualification Questionnaire by the required date.
A Provider Information Day event, whereby prospective tenderers can view the premises to be serviced and seek clarification on any matters arising, is intended to be held on Tuesday 8.5.2012, just over a week after the tender documentation has been issued.
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance sheets or extracts from the balance sheets, where publication of the balance sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
(d) the criteria listed in III.2.1; and
(e) any other information or documents referred to in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: Please refer to the Pre-Qualification Questionnaire.
May include, but shall not be limited to:
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
— where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied:
(i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(ii) 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.
(m) the criteria listed in III.2.1; and
(n) any other information or documents referred to in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required:
Please refer to the Pre-Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Parties will be provided with the criteria to be used for choosing the limited number of candidates. This will be contained in the Pre-Qualification Questionnaire.
Payable documents: no
Section VI: Complementary information
It is the Partnership’s view that the Acquired Rights Directive 77/187/EEC and or the Transfer of Undertakings.
(Protection of Employment) Regulations 2006 will apply to this framework agreement.
N/A
Body responsible for mediation procedures
N/A
If an appeal regarding the award of the framework agreement has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or believe they are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and may take the form of an application for an order to set aside the award decision, suspend the procedure or amend a document, or if the framework agreement has been entered into, a claim for a declaration of agreement ineffectiveness and/or a claim for damages.
N/A
VI.5)Date of dispatch of this notice:21.3.2012