National Maritime Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | RMG Window Cleaning |
Notice type: | Contract Notice |
Authority: | National Maritime Museum |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | RMG is seeking to engage a single provider who will deliver a window cleaning provision in a variety of sites within Greenwich & other locations. The services required by this contract includes: routine and window cleaning services to internal and external communal areas of the RMG. I t may include reactive cleaning services to internal and external communal areas, other sites which may be carried out on a routine or reactive basis. The appointed contractor must be in a position to be able undertake the full range of cleaning services and we would anticipate that the appointed supplier is able to achieve this with in-house personnel rather than sub-contracting to third parties. |
Published: | 09/08/2019 09:41 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
National Maritime Museum
www.rmg.co.uk, Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 2088584422, Email: mgrover@rmg.co.uk
Contact: Mark Grover
Main Address: www.rmg.co.uk
NUTS Code: UK
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-London:-Window-cleaning-services./2N6E2PJK6D
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
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: RMG Window Cleaning
Reference Number: MG/001
II.1.2) Main CPV Code:
90911300 - Window-cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: RMG is seeking to engage a single provider who will deliver a window cleaning provision in a variety of sites within Greenwich & other locations.
The services required by this contract includes: routine and window cleaning services to internal and external communal areas of the RMG. I t may include reactive cleaning services to internal and external communal areas, other sites which may be carried out on a routine or reactive basis.
The appointed contractor must be in a position to be able undertake the full range of cleaning services and we would anticipate that the appointed supplier is able to achieve this with in-house personnel rather than sub-contracting to third parties.
II.1.5) Estimated total value:
Value excluding VAT: 1
Currency: GBP
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:
UKI LONDON
II.2.4) Description of procurement: The principle objective of this tender is to appoint a single supplier to provide the following Window Cleaning Services to the Royal Museums Greenwich.
This contract will not be divided into lots as this would make the execution of the contract unnecessarily not financially advantageous.
The tender will be via the electronic Delta eSourcing Portal. No tenders will be accepted via email or post.
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
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: Subject to performance, the contract can be extended for a further two years on a 1+1 basis.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2N6E2PJK6D
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: 09/09/2019 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.
The documents online refer to the RMG specification brief on Window Cleaning. Further documentation will be submitted for those successful suppliers during the Invitation To Tender (ITT).
PLEASE NOTE: The Start & End dates is conjecture & these dates could move forward/backward accordingly.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Window-cleaning-services./2N6E2PJK6D
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2N6E2PJK6D
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2083126780
VI.4.2) Body responsible for mediation procedures:
ACAS
Euston Tower, 286 Euston Road, London, NW1 3JJ, United Kingdom
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:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2083126780
VI.5) Date Of Dispatch Of This Notice: 09/08/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
National Maritime Museum
www.rmg.co.uk, Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 2088584422, Email: mgrover@rmg.co.uk
Contact: Mark Grover
Main Address: www.rmg.co.uk
NUTS Code: UK
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:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: RMG Window Cleaning
Reference number: MG/001
II.1.2) Main CPV code:
90911300 - Window-cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: RMG is seeking to engage a single provider who will deliver a window cleaning provision in a variety of sites within Greenwich & other locations.
The services required by this contract includes: routine and window cleaning services to internal and external communal areas of the RMG. I t may include reactive cleaning services to internal and external communal areas, other sites which may be carried out on a routine or reactive basis.
The appointed contractor must be in a position to be able undertake the full range of cleaning services and we would anticipate that the appointed supplier is able to achieve this with in-house personnel rather than sub-contracting to third parties.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 210,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: The principle objective of this tender is to appoint a single supplier to provide the following Window Cleaning Services to the Royal Museums Greenwich.
This contract will not be divided into lots as this would make the execution of the contract unnecessarily not financially advantageous.
The tender will be via the electronic Delta eSourcing Portal. No tenders will be accepted via email or post.
II.2.5) Award criteria:
Not Provided
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2N6E2PJK6D
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
Not Provided
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: RMG/WCMG/2019
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: 24/10/2019
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2 (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: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
The London Window Cleaner Ltd
Unit 5 Breakspears Mews, 18 Ashby Road, Brockley, London, SE4 1PX, United Kingdom
Tel. +44 8006335779, Email: md@thelondonwindowcleaner.com
NUTS Code: UKI
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: 210,000
Total value of the contract/lot: 205,326
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=444298475
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2083126780
VI.4.2) Body responsible for mediation procedures
ACAS
Euston Tower, 286 Euston Road, London, NW1 3JJ, United Kingdom
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
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2083126780
VI.5) Date of dispatch of this notice: 05/11/2019