Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Procurement of service providers to deliver cleaning services in educational buildings |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Provision of cleaning services in educational buildings on behalf of Loxford Schools Trust. This procurement will comprises of 3 lots. Lot 1 - Loxford School & Aldborough Primary School; Lot 2 -Tabor Academy. Lot 3 - The Warren School; Abbs Cross Academy & Arts College. |
Published: | 13/10/2017 16:42 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Loxford School Trust Limited
Loxford Lane, Ilford, IG1 2UT, United Kingdom
Tel. +44 1732600500, Email: tenders@camerons.uk.com
Main Address: http://www.loxfordschooltrust.net/
NUTS Code: UKH3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Ilford:-Cleaning-services./7V4A4DHKF2
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement of service providers to deliver cleaning services in educational buildings
Reference Number: Not provided
II.1.2) Main CPV Code:
90910000 - Cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of cleaning services in educational buildings on behalf of Loxford Schools Trust. This procurement will comprises of 3 lots. Lot 1 - Loxford School & Aldborough Primary School; Lot 2 -Tabor Academy. Lot 3 - The Warren School; Abbs Cross Academy & Arts College.
II.1.5) Estimated total value:
Value excluding VAT: 4,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Please refer to procurement documentation for full detail of the evaluation and award criteria to be applied to this procurement
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Loxford and Aldborough
Lot No: 1
II.2.2) Additional CPV codes:
90900000 - Cleaning and sanitation services.
90910000 - Cleaning services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90911300 - Window-cleaning services.
90919000 - Office, school and office equipment cleaning services.
90919300 - School cleaning services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Provision of cleaning services for education buildings as set out in the specification within procurement documentation. Contract term will be 3 years with option to extend up to 5 years (by 2 12 month extensions)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: There is provision within the contract to extend the term by a further 24 months as 2nr 12 month extensions
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Tabor Academy
Lot No: 2
II.2.2) Additional CPV codes:
90900000 - Cleaning and sanitation services.
90910000 - Cleaning services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90911300 - Window-cleaning services.
90919000 - Office, school and office equipment cleaning services.
90919300 - School cleaning services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Provision of cleaning services for education buildings as set out in the specification within procurement documentation. Contract term will be 3 years with option to extend up to 5 years (by 2 12 month extensions)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 26/02/2018 / End: 26/02/2021
This contract is subject to renewal: Yes
Description of renewals: There is provision within the contract to extend the term by a further 24 months as 2nr 12 month extensions
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: The Warren School; Abbs Cross Academy & Arts College
Lot No: 3
II.2.2) Additional CPV codes:
90900000 - Cleaning and sanitation services.
90910000 - Cleaning services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90911300 - Window-cleaning services.
90919000 - Office, school and office equipment cleaning services.
90919300 - School cleaning services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Provision of cleaning services for education buildings as set out in the specification within procurement documentation. Contract term will be 3 years with option to extend up to 5 years (by 2 12 month extensions)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: There is provision within the contract to extend the term by a further 24 months as 2nr 12 month extensions
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Professional and trade body register status is required as set out in the procurement documentation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
Justification for the choice of accelerated procedure: PIN used to notify market of upcoming opportunity
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/11/2017 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 24/11/2017
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Ilford:-Cleaning-services./7V4A4DHKF2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7V4A4DHKF2
VI.4) Procedures for review
VI.4.1) Review body:
Cameron Consulting
2-4 High Street, West Malling, ME19 6QR, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful tenderers will be provided with information in the “Award Decision Notice” at the start of the standstill period including details of their tender in relation to the winning tender comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 13/10/2017
Annex A