3C Consultancy Services Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Burnley College Building Cleaning Services |
Notice type: | Contract Notice |
Authority: | 3C Consultancy Services Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Burnley College is requesting tender responses from suitably qualified cleaning contractors to deliver a daily, weekly, monthly, quarterly and periodic cleaning service to the college buildings. Contractors are asked to complete the relevant documentation and return to comply with the tender requirements. Further details can be found within the attached documents. |
Published: | 07/03/2019 15:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Burnley College
Princess Way, Burnley, BB12 0AN, United Kingdom
Tel. +44 7900784030, Email: info@na-consultancy.co.uk
Main Address: https://www.burnley.ac.uk/, Address of the buyer profile: https://www.burnley.ac.uk/
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: http://www.delta-esourcing.com/tenders/UK-UK-Burnley:-Building-cleaning-services./S22P644H8V
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: Burnley College Building Cleaning Services
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: Burnley College is requesting tender responses from suitably qualified cleaning contractors to deliver a daily, weekly, monthly, quarterly and periodic cleaning service to the college buildings. Contractors are asked to complete the relevant documentation and return to comply with the tender requirements. Further details can be found within the attached documents.
II.1.5) Estimated total value:
Value excluding VAT: 1,275,000
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:
UKD4 Lancashire
II.2.4) Description of procurement: Bacon's College is requesting tender responses from suitably qualified cleaning contractors to deliver a daily, weekly, monthly, quarterly and periodic cleaning service to the college buildings. Contractors are asked to complete the relevant documentation and return to comply with the tender requirements. Further details can be found within the attached documents.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Contract Management/Staffing Resources / Weighting: 35
Quality criterion - Name: Contractor/Client Reporting / Weighting: 10
Quality criterion - Name: Service Expectations and Delivery / Weighting: 20
Cost criterion - Name: 3 Year Contract Value / Weighting: 35
II.2.6) Estimated value:
Value excluding VAT: 1,275,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2019 / End: 31/07/2022
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 in
any case, the total duration of any extensions shall not exceed 24 months from the last day of the initial contract
period.
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 of the request to participate process.
Candidates will need to provide as part of the request to participate process details of enrolment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, none payment relating to social security contributions or taxes applies to the economic operator. Economic operators may be excluded from participation if any of these circumstances applies. 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.
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.
For those suppliers that “Pass” the above assessments, the SQ financial score achieved will be added to the economic and financial standing section and weighted by the section weighting.
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 OPEN
IV.1.1) Type of procedure: Open
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: 12/04/2019 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: 12/04/2019
Time: 12:00
Place:
Exeter
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Burnley:-Building-cleaning-services./S22P644H8V
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S22P644H8V
VI.4) Procedures for review
VI.4.1) Review body:
Burnley College
Pricvess Road, Burnley, BB12 0AN, United Kingdom
Tel. +44 7900784030, Email: info@na-consultancy.co.uk
VI.4.2) Body responsible for mediation procedures:
Burnley College
Princess Road, Burnley, BB12 0AN, United Kingdom
Tel. +44 079007840300, Email: info@na-consultancy.co.uk
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: 07/03/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Burnley College
Princess Way, Burnley, BB12 0AN, United Kingdom
Tel. +44 7900784030, Email: info@na-consultancy.co.uk
Main Address: https://www.burnley.ac.uk/, Address of the buyer profile: https://www.burnley.ac.uk/
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.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: Burnley College Building Cleaning Services
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: Burnley College is requesting tender responses from suitably qualified cleaning contractors to deliver a daily, weekly, monthly, quarterly and periodic cleaning service to the college buildings. Contractors are asked to complete the relevant documentation and return to comply with the tender requirements. Further details can be found within the attached documents.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Lowest offer: 1,298,237 / Highest offer:3,558,370
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90911200 - Building-cleaning services.
II.2.3) Place of performance
Nuts code:
UKD4 - Lancashire
Main site or place of performance:
Lancashire
II.2.4) Description of the procurement: Bacon's College is requesting tender responses from suitably qualified cleaning contractors to deliver a daily, weekly, monthly, quarterly and periodic cleaning service to the college buildings. Contractors are asked to complete the relevant documentation and return to comply with the tender requirements. Further details can be found within the attached documents.
II.2.5) Award criteria:
Quality criterion - Name: Contract Management/Staffing Resources / Weighting: 35
Quality criterion - Name: Contractor/Client Reporting / Weighting: 10
Quality criterion - Name: Service Expectations and Delivery / Weighting: 20
Cost criterion - Name: 3 Year Contract Value / Weighting: 35
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: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: 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: 2019/S 50-115063
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: 21/05/2019
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
KGB CSS Northern Ltd
Hilton Road, Aycliffe Industrial park, County Durham, DL5 6EN, United Kingdom
NUTS Code: UKC14
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,275,000
Lowest offer: 1,298,237 / Highest offer: 3,558,370
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=411131589
VI.4) Procedures for review
VI.4.1) Review body
Burnley College
Princess Road, Burnley, BB12 0AN, United Kingdom
Tel. +44 7900784030, Email: info@na-consultancy.co.uk
VI.4.2) Body responsible for mediation procedures
Burnley College
Princess Road, Burnley, BB12 0AN, United Kingdom
Tel. +44 079007840300, Email: info@na-consultancy.co.uk
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: 02/07/2019