RPJ3 Group Ltd has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Cleaning Tender for Calday Grange Grammar School |
Notice type: | Contract Award Notice |
Authority: | RPJ3 Group Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | This cleaning tender process is targeted to have a cleaning contract in place to commence on 01/01/18. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning and support required by the School management team. Labour resource and relief cover is very important. We have set a Minimum level of turnover for this tender at 250 000 GBP which takes into account the contract turnover and cash flow associations. In the SQ, this is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission |
Published: | 19/12/2017 11:32 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Calday Graange Grammar School
Grammar School Lane, Wirral, CH48 8GG, United Kingdom
Tel. +44 7771768234, Email: ray@rpj3group.co.uk
Contact: Ray Jeffrey of RPJ3 Group Ltd
Main Address: https://www.rpj3group.com
NUTS Code: UKD74
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Cleaning Tender for Calday Grange Grammar School
Reference number: Not Provided
II.1.2) Main CPV code:
90911200 - Building-cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This cleaning tender process is targeted to have a cleaning contract in place to commence on 01/01/18. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning and support required by the School management team. Labour resource and relief cover is very important. We have set a Minimum level of turnover for this tender at 250 000 GBP which takes into account the contract turnover and cash flow associations. In the SQ, this is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 477,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKD74 - Wirral
Main site or place of performance:
Wirral
II.2.4) Description of the procurement: This cleaning tender process is targeted to have a cleaning contract in place to commence on 01.01.2018. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning and support required
II.2.5) Award criteria:
Cost criterion - Name: Price / Weighting: 10
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2017/S 87-169958
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/12/2017
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Chroda
The Portal, The Port of Liverpool Building, Liverpool, L3 1BM, United Kingdom
NUTS Code: UKD72
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 477,000
Total value of the contract/lot: 477,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=293885059
VI.4) Procedures for review
VI.4.1) Review body
RPJ3 Group Ltd
Leasowe Lodge,, Moreton, CH46 3SA, United Kingdom
Tel. +44 1516780193
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 19/12/2017