Provide Cleaning Services to Children’s Centres in London
Cleaning Service for Family and Children Centres and Nurseries in Bromley.
United Kingdom-Bromley: Building-cleaning services
2016/S 104-185435
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Civic Centre, Stockwell Close
Bromley
BR1 3UH
UNITED KINGDOM
E-mail: echs.contractsteam@bromley.gov.uk
NUTS code: UKJ4
Internet address(es):Main address: http://www.bromley.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Cleaning Service for Family and Children Centres and Nurseries in Bromley.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The provision of a cleaning service for 8 Centres and 2 Nurseries in London Borough of Bromley as described in the tender documents.
II.1.6)Information about lots
II.2.3)Place of performance
Kent.
II.2.4)Description of the procurement:
The provision of a cleaning service for 8 Centres and 2 Nurseries in London Borough of Bromley as described in the Tender Documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
As required to ensure service provision.
II.2.10)Information about variants
II.2.11)Information about options
Initial Contract Period will be for 2 years with the option to extend for a further year at the Council’s discretion.
II.2.13)Information about European Union funds
II.2.14)Additional information
The tender will be run electronically using the ProContract London Tenders Portal e-tendering system and suppliers interested in accessing the tender document will need to ensure that they are registered with the London Tenders Portal (if they have not already done so) at www.londontenders.org
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
As required to ensure service provision.
VI.2)Information about electronic workflows
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council’s Contract Procedure Rules and in accordance with the stated criteria. Tenderers should note that the evaluation of the above criteria for Quality issues etc. will also include the operation of minimum score thresholds. If the Tenderer’s proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).
An indicative use of this model can be downloaded from the Council’s website athttp://www.bromley.gov.uk/info/200095/tenders_and_contracts/265/submitting_tenders
The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark). In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes.
The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations.
Prospective contractors are advised that the documents issued at this time in conjunction with the OJEU Tender Notice may be supplemented and/or amended as provided for in Regulation 53(6) of the Public Contracts Regulations 2015.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=204113661
GO Reference: GO-2016527-PRO-8275071.
VI.4.1)Review body
The Strand
London
WC2A 2LL
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Body responsible for mediation procedures
The Strand, Holborn
London
WC2A 2LL
UNITED KINGDOM
VI.4.3)Review procedure
Complaints during the procurement process are conducted under the Official Journal for the European Union (OJEU) in line with the Public Contracts Regulations (2015). Our processes are conducted in a fair, open and transparent manner. We are committed to developing constructive relationships with suppliers and are keen to generate maximum competition in all of our procurements to deliver best value and sustainable cost savings for the taxpayer. The outcome of the evaluation process is totally dependent on the competitive strength of the individual bid submissions, regardless of the bidder’s size or place on existing / previous arrangements. We are committed to treating all suppliers fairly and all feedback and complaints are given full and fair consideration. If at any stage we believe that a mistake has been made by us, please be assured that we will rectify it to the extent that we can legally do so. In order to complain you must first be registered on the eSourcing tool for the relevant procurement event. All complaints must be raised via the eSourcing tool messaging facility. If you are still unsatisfied at the outcome of a procurement competition and wish to challenge it, then you should issue legal proceedings under Part 3 chapter 6 (Applications to the Court) of the Public Contracts Regulations 2015 and serve them on the Government Legal Department in accordance with the Civil Procedure Rules Part 66 (Crown Proceedings) and its associated Practice Direction. Please note that service by email is subject to prior agreement with the Head of Litigation at the Government Legal Department Solicitor’s Department and is not routinely given.
VI.4.4)Service from which information about the review procedure may be obtained
The Strand, Holborn
London
WC2A 2LL
UNITED KINGDOM
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:
Related Posts
Cleaning Services Invitation to Quote
Efficiency East Midlands Property Cleaning Framework