Contract for Cleaning Services at Tanfield School
The Governing Body of Tanfield School wishes to award a contract to a Prime Contractor to undertake the commercial cleaning serices for the school.
United Kingdom-Durham: School cleaning services
2013/S 215-374177
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Durham County Council
Corporate Procurement, County Hall
For the attention of: Helen Holmes
DH1 5UL Durham
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: http://www.durham.gov.uk
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
Regional or local authority
I.3)Main activity
General public services
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:
Contract for Cleaning Services at Tanfield School.
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: Tanfield School, Stanley, County Durham.
NUTS code UKC14
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)
The Governing Body of Tanfield School wishes to award a contract to a Prime Contractor to undertake the commercial cleaning serices for the school.
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:
Please note that the estimated value is not guaranteed.
Estimated value excluding VAT: 75 000 GBP
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
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
The contracting authority reserve the right to require deposits, guarantees, bonds or other forms of appropriate security. Further details will be set out in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Finance conditions and payment arrangements will be made in accordance with the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting authority reserve the right to require groupings of service providers to take a particular legal form or to require a single provider to take primary liability or to require each party to undertake joint and several liability. If relevant further details will be set out in the tender documents. Please note that the contracting authority are looking for a prime contractor to deliver all the requirements.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Under this project the contractor may be required to participate in the achievement of social and environmental considerations.
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 accordance with articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 29 of the Public Contracts Regulations 2006 and as set in
the pre-qualification questionnaire (PQQ) available from the NEPO portal as detailed in section V1.3.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set in the pre-qualification questionnaire (PQQ) available from the NEPO portal as detailed in section V1.3.
Minimum level(s) of standards possibly required: 1. Public Liability 5,000,000 GBP; 2. Employers Liability 10,000,00 GBP.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set in the pre-qualification questionnaire (PQQ) available from the NEPO portal as detailed in section V1.3.
Minimum level(s) of standards possibly required:
Essential criteria as outlined in the PQQ documents.
Bidders must successfully pass Parts A-F of the PQQ (in line with the evaluation criteria set out in the PQQ documents) to have their responses to the Technical Questions in Part G of the PQQ evaluated. Parts A-F of the PQQ include financial assessment; grounds for exclusion; insurance; health and safety, equality and diversity and essential criteria.
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 number of operators: 5
Objective criteria for choosing the limited number of candidates: The top 5 ranked bidders will be invited to tender provided they pass a 50% threshold score detailed in the PQQ. The Authority does not intend to invite more than 5 bidders totender. If there are two or more bidding organisations tied with the same total score such that the Authority doesnot have 5 clear bidding organisations to invite to tender, the tie will be broken by revisiting the scores for thetechnical questions in the order shown in the technical tie break methodology and priority table detailed withinthe instructions to bidders and evaluation guidance document.
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:
QTLE-9CTCVU
IV.3.2)Previous publication(s) concerning the same contract
no
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: 30.11.2013 – 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.12.2013 – 16:00
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
VI.3)Additional information
Please note this tender opportunity is being advertised on Durham Count Council’s E-tendering system on behalf of the Governing Body of Tanfield School.
Organisations can register electronically for the documents via
www.nepoportal.org. Then access the suppliers area and select Durham. Input reference QTLE-9CTCVU. The approximate spend for this requirement is GBP 75,000 on an annual basis. The contract is let with an option to extend for a further 2 x 12 months from the actual end date.
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Council will incorporate a standstill period when award of this contract is communicated to bidders. That notification will provide full information on the award decision. The standstill period will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Public Contract Regulations 2006 (SI2006 No 5) (as amended) provide the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained