Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Oldham College
Rochdale Road
Contact point(s): Estates Department
For the attention of: Philip Burton
OL9 6AA Oldham
UNITED KINGDOM
Telephone: +44 1617854124
E-mail: philip.burton@oldham.ac.uk
Fax: +44 1617854203
Internet address(es):
General address of the contracting authority: The Oldham College
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA1992
Further information can be obtained from: The Oldham College
Rochdale Road
Contact point(s): Estates Department
For the attention of: Philip Burton
OL9 6AA Oldham
UNITED KINGDOM
Telephone: +44 1617854124
E-mail: philip.burton@oldham.ac.uk
Fax: +44 1617854203
Internet address: The Oldham College
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Oldham College
Rochdale Road
Contact point(s): Estates Department
For the attention of: Philip Burton
OL9 6AA Oldham
UNITED KINGDOM
Telephone: +44 1617854124
E-mail: philip.burton@oldham.ac.uk
Fax: +44 1617854203
Internet address: The Oldham College
Tenders or requests to participate must be sent to: The Oldham College
Rochdale Road
Contact point(s): Estates Department
For the attention of: Philip Burton
OL9 6AA Oldham
UNITED KINGDOM
Telephone: +44 1617854124
E-mail: philip.burton@oldham.ac.uk
Fax: +44 1617854203
Internet address: The Oldham College
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:
The Oldham College cleaning 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: Oldham.
NUTS code UKD3
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)
To provide an internal cleaning service to College buildings.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
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:
300 000 GBP / annum.
II.2.2)Information about options
Options: yes
Description of these options: 2yr contract with an optional 3rd yr subject to RPI adjustment
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 0
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 0 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (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:
Invoices to be submitted 1/12th the order value monthly in arrears.
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: (1) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
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 reference from their bank;
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance;
(3) 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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years;
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(4) 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.
Experience of educational establishments.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
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:
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: 27.4.2012
IV.3.4)Time limit for receipt of tenders or requests to participate
25.5.2012 – 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
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 25.5.2012 – 12:00
Place:
Finance Department/by committee.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Finance committee.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(MT Ref:86431).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.3.2012