RPJ3 Group Ltd has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Cleaning Tender for Bay Learning Trust |
Notice type: | Contract 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 1st April 2020. Note - this process covers all cleaning services within the Bay Learning Trust. 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. We have set a minimum Employer's (Compulsory) Liability |
Published: | 18/11/2019 12:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Bay Learning Trust
The Lodge, Ripley St Thomas Academy,, Ashton Road, Lancaster, LA1 4RR, United Kingdom
Tel. +44 7771768234, Email: ray@rpj3group.co.uk
Contact: Ray Jeffrey - RPJ3 Group Ltd
Main Address: http://www.rpj3group.com
NUTS Code: UKD4
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: https://rpj3.group/BayLearningTrustCleaningTender
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: Cleaning Tender for Bay Learning Trust
Reference Number: Not provided
II.1.2) Main CPV Code:
90919300 - School 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 1st April 2020. Note - this process covers all cleaning services within the Bay Learning Trust. 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. We have set a minimum Employer's (Compulsory) Liability
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKD4 Lancashire
II.2.4) Description of procurement: School Cleaning Services. This cleaning tender process is targeted to have a cleaning contract in place to commence on 01/04/20 initially for 2 of the Bay learning Trust Schools with tender costings required for additional Trust Schools. The April contract commencement schools are Ripley St Thomas Academy and Morecambe Bay Academy. 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 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. We have set a minimum Employer's (Compulsory) Liability Insurance of 10 000 000 GBP & a Minimum Public Liability Insurance at £5 million. The contract will be for a 3+1+1 period (5 year in total). The tender timetable will be detailed in the tender documents and is targeted at release of documents and site visit in December 2019 with tender responses by late January 2020 and bidder interviews and contract award decision in February.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
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
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 RESTRICTED
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
The procurement involves the setting up of a dynamic purchasing system - 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: 18/12/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
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 No
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=447978139
VI.4) Procedures for review
VI.4.1) Review body:
RPJ3 Group Ltd
Leasowe Lodge,, Moreton, CH46 3SA, United Kingdom
Tel. +44 1516780193
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 18/11/2019
Annex A