Cameron Consulting: Procurement of service providers to deliver cleaning services in educational buildings

  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
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-Ilford: Cleaning services.
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


View any Notice Addenda

View Award Notice