3C Consultancy Services Ltd: Cathedral School Trust

  3C Consultancy Services Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Cathedral School Trust
Notice type: Contract Notice
Authority: 3C Consultancy Services Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Cathedral School Trust are requesting tender responses from suitably qualified cleaning contractors to deliver adaily, weekly, monthly, quarterly and periodic cleaning service to the school buildings. Further details can befound within the attached documents.
Published: 06/01/2020 14:05
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Bristol: Building-cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             Cathedral Schools Trust
             College Square, Bristol, BS1 5TS, United Kingdom
             Tel. +44 7900784030, Email: info@na-consultancy.co.uk
             Contact: Nigel Armstrong
             Main Address: https://www.cathedralschoolstrust.org/, Address of the buyer profile: https://www.cathedralschoolstrust.org/
             NUTS Code: UKK11
      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://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Building-cleaning-services./5A7MQC33F4
      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: https://www.delta-esourcing.com/tenders/UK-title/5A7MQC33F4
      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: Cathedral School Trust       
      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: Cathedral School Trust are requesting tender responses from suitably qualified cleaning contractors to deliver adaily, weekly, monthly, quarterly and periodic cleaning service to the school buildings. Further details can befound within the attached documents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,350,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      90911200 - Building-cleaning services.
      
      II.2.3) Place of performance:
      UKK11 Bristol, City of
      
      II.2.4) Description of procurement: Cathedral Schools Trust are requesting tender responses from suitably qualified cleaning contractors to deliver adaily, weekly, monthly, quarterly and periodic cleaning service to the school buildings. Further details can befound within the attached documents.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Contract Management/Staffing Resources / Weighting: 25
            Quality criterion - Name: Contractor/Client Reporting / Weighting: 10
            Quality criterion - Name: Service Expectations and Delivery / Weighting: 20
                        
            Cost criterion - Name: Contract Price - 3 Year Value / Weighting: 35
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,350,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/08/2020 / End: 31/07/2023       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial contract is for 3 years with scope for extensions for a further period or periods of any duration, but inany case, the total duration of any extensions shall not exceed 24 months from the last day of the initial contract period.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 7       
      Objective criteria for choosing the limited number of candidates: The criteria is detailed within the SQ documents
      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:          
      In the first instance, candidates should register with www.delta-esourcing.com and express an interest in the contract. A standard questionnaire will need to be completed and returned www.delta-esourcing.com as part ofthe request to participate process.
Candidates will need to provide as part of the request to participate process details of enrolment on professionalor trade registers and details on whether bankruptcy, convictions of professional misconduct, none paymentrelating to social security contributions or taxes applies to the economic operator. Economic operators may beexcluded from participation if any of these circumstances applies. Any candidate found to be guilty of seriousmisrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      In the 1st instance, candidates should register with www.delta-esourcing.com and express an interest in the
Contract. A standard questionnaire will need to be completed and returned to www.delta-esourcing.com as part
Of the standard questionnaire process.
Candidates will need to provide as part of the standard questionnaire process details of turnover, profit and capital and reserves for previous 3 years.
Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      Minimum level(s) of standards possibly required (if applicable) :       
      A statement of a minimum turnover level is detailed within the standard questionnaire documentation.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      In the first instance, candidates should register with www.delta-esourcing.com and express an interest in the contract. A standard questionnaire will need to be completed and returned (to www.delta-esourcing.com) as part of the standard questionnaire process.
Candidates will need to provide as part of the standard questionnaire process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      Minimum level(s) of standards possibly required (if applicable) :          
      SQ risk grid status will be evaluated on a pass/fail basis. Please see the explanation on page 8-9 of the SQ for further information.
Levels of insurance cover will be evaluated on a pass/fail basis. To pass this evaluation the suppliers must hold
As a minimum or be willing to obtain the following levels of insurance cover:
— public liability insurance 5 000 000,00 GBP,
— employers liability insurance 5 000 000,00 GBP.
      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       
      Planned and regular monthly, quarterly and annual contract review meeting will be pre-planned with the awarding contractor          
      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: Yes    

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: Yes       
   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: 14/02/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/02/2020       
      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
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 30 Months from contract start date, depending on whether extension periods are taken up
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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-Bristol:-Building-cleaning-services./5A7MQC33F4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5A7MQC33F4
   VI.4) Procedures for review
   VI.4.1) Review body:
             Cathedral Schools Trust
       College Square, Bristol, BS1 5TS, United Kingdom
       Tel. +44 7900784030, Email: info@na-consultancy.co.uk
       Internet address: https://www.cathedralschoolstrust.org/
   VI.4.2) Body responsible for mediation procedures:
             Cathedral Schools Trust
          College Square, Bristol, BS1 5TS, United Kingdom
          Tel. +44 7900784030, Email: info@na-consultancy.co.uk
          Internet address: https://www.cathedralschoolstrust.org/
   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: 06/01/2020

Annex A


View any Notice Addenda

View Award Notice