School Cleaning Services Tender
The School now wishes to tender its cleaning services to meet the high standards that will be expected from its new buildings.
UK-London: School cleaning services
2013/S 088-150040
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Dunraven School
Leigham Court Road, Streatham
For the attention of: The Litmus Partnership Ltd
SW16 2QB London
UNITED KINGDOM
Telephone: +44 1276673880
E-mail: pqq@litmuspartnership.co.uk
Internet address(es):
General address of the contracting authority: http://www.dunraven.org.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)
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: Dunraven School, London, SW16, UNITED KINGDOM.
NUTS code UKI12
Details of the School and the BSF programme can be found on the following link:
http://www.dunraven.org.uk/page/?title=BSF&pid=81
The School now wishes to tender its cleaning services to meet the high standards that will be expected from its new buildings.
The contract will commence in January 2014 for a period of three years.
The cost for the current cleaning contract is estimated at 250 000 GBP, which includes carpet and internal window cleaning and consumables (excludes external window cleaning although this will be discussed with the successful tenderer).
This contract will be fixed price in nature, with the successful contractor also guaranteeing the number of input hours to the contract as well as the quality of cleaning provision.
We are seeking a suitably experienced contractor who has current experience of working within a secondary school, ideally with a strong operational base within this business sector or alternative institutions with similar requirements, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.
The successful contractor will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within the School on the contract performance.
We are seeking both innovation and the application of current technology within the tender submissions and would expect as a result of this to be able to identify ‘best value’ and work in partnership with the chosen contractor in reducing the current costs associated with this contract.
90919300
Section III: Legal, economic, financial and technical information
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.
Conviction of criminal offences – questions are stated in the Pre-Qualification Questionnaire.
Business Probity – questions are stated in the Pre-Qualification Questionnaire.
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.
Minimum level(s) of standards possibly required: Economic and financial standing – Tenderers are required to have a minimum annual turnover of 1 000 000 GBP (one million pounds sterling).
Suppliers must be financially fluid and currently trading.
They must not be recorded at Companies House as having any negative action / event (dissolved, removed, in liquidation, etc) that calls into question their financial / corporate standing. Such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing. Additionally, suppliers must provide suitable evidence in the form of the last full year of accounts (audited and accompanied by auditors’ confirmation where they are above the statutory threshold for providing audited accounts, or certified by their bank if they are below the statutory audit threshold). Non provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.
If a business has been recently set up and not audited, annual or endorsed accounts have been produced, unaudited or management accounts for the 3 (three) months prior to the application must be provided and certified by an independent Chartered Accountant or accompanied by a positive bankers reference for the bidder.
Where information is available to the contracting authority that points to concerns over financial viability, further information may be requested to evidence financial viability and non-availability of, or refusal to provide such evidence, will be deemed to be a failure to meet minimum standards of economic and financial standing.
Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited website.
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.
Minimum level(s) of standards possibly required:
Health & Safety Policy – Tenderers shall have a robust Health & Safety Policy endorsed by the Company Director(s).
Tenderers shall have in place insurance cover of a minimum:
Public Liability Cover – 5 000 000 GBP (five million pounds sterling)
Employers Liability Cover – 5 000 000 GBP (five million pounds sterling)
Other questions as indicated in the Pre-Qualification Questionnaire shall be assessed and scored on a points basis.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
Section VI: Complementary information
Interest in the pre-qualification process should be expressed via email only to pqq@litmuspartnership.co.uk, clearly stating within this email which contract / notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.
The closing date for receipt of the Pre-Qualification Questionnaire is 7.6.2013 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk, by the above closing date and time. Policy documents (where indicated in the Pre-Qualification Questionnaire) shall be uploaded to The Litmus Partnership Limited pre-qualification website prior to this closing date and time.
It will be the Tenderer’s responsibility to obtain any necessary documents and access to The Litmus Partnership pre-qualification website in order to submit a response by the closing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this OJEU notice and reserves the right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
VI.5)Date of dispatch of this notice:3.5.2013