Interested In Advertising? | Contact Us Here
Warning!

 

Welcome to Clean It Up; the UK`s largest cleaning forum with over 34,000 members

 

Please login or register to post and reply to topics.      

 

Forgot your password? Click here

Forum Admin

  • Posts: 3310
Coventry - School Cleaning Services New
« on: November 11, 2010, 10:44:02 am »
SECTION I: CONTRACTING AUTHORITY

I.1) NAME, ADDRESSES AND CONTACT POINT(S)
Henley College
Henley road Bell Green
Contact: The Litmus Partnership Ltd
Attn: Kyla Whitefoot
CV2 1ED Coventry
UNITED KINGDOM
Tel. +44 1276673880
E-mail: kylawhitefoot@litmuspartnership.co.uk
Internet address(es)
General address of the contracting authority http://www.henley-cov.ac.uk
Further information can be obtained at: As in above-mentioned contact
point(s)
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained at:
As in above-mentioned contact point(s)
Tenders or requests to participate must be sent to: As in above-mentioned
contact point(s)
I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Body governed by public law
Education
The contracting authority is purchasing on behalf of other contracting
authorities No

SECTION II: OBJECT OF THE CONTRACT

II.1) DESCRIPTION
II.1. 1) Title attributed to the contract by the contracting authority
Provision of cleaning services.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category: No 14
Main place of performance Henley College Henley road, Bell Green,
Coventry, CV2 1ED, UNITED KINGDOM.
NUTS code UKG33
II.1.3) The notice involves
A public contract
II.1.5) Short description of the contract or purchase(s)
The successful tenderer will be required to provide Cleaning Services at
Henley College.
The contract being tendered is for three years in duration from 1.8.2011
until 31.7.2014.
The contract is fixed price with the contractor invoicing the Client for
one-twelfth of the annual cost on a monthly basis. Current costs are in

the region of 155 000,00 GBP per annum.
The basis and rationale that the Client requires the successful contractor
to operate to at all times, is being able to provide a clean College that
is fit for purpose and that the Contractor is proactive in the management
of the contract, thus ensuring that all specifications are achieved and
that the frequency of cleans will be as detailed within the tender
documentation.
It should be noted that the successful contractor will be expected to
bring to the contract ~ innovation, new equipment and cleaning methods,
with BICSc standards being achieved, as a minimum, with a particular focus
upon environmentally friendly options, thus ensuring that the highest
levels of cleanliness are maintained in all areas at all times and also
ensuring that the productivity of the cleaning operatives is enhanced
moving forward into this new contract term.
II.1.6) Common procurement vocabulary (CPV)
90919300
II.1.8 ) Division into lots
No
II.1.9) Variants will be accepted
Yes

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.2) CONDITIONS FOR PARTICIPATION
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are
met: Tenderers will be required to complete and submit a Pre-qualification
questionnaire and associated documentation to The Litmus Partnership
Limited website.
Minimum standards for participation are stated in the Pre-qualification
questionnaire.
Failure to achieve a pass in any of the minimum standards will result in
your exclusion from any further part in this process.
Conviction of criminal offences – questions are stated in the
Pre-qualification questionnaire.
Business Probity – questions are stated in the Pre-qualification
questionnaire.
III.2.2) Economic and financial capacity
Information and formalities necessary for evaluating if requirements are
met: Tenderers will be required to complete and submit a Pre-qualification
questionnaire and associated documentation to The Litmus Partnership
Limited website.
Minimum standards for participation are stated in the Pre-qualification
questionnaire.
Failure to achieve a pass in any of the minimum standards will result in
your exclusion from any further part in this process.
Minimum level(s) of standards possibly required Economic and financial
standing – suppliers must be financially fluid and currently trading.
They must not be recorded at Companies House as having any negative action
/ event (dissolved, removed, in liquidation, etc) that calls into question
their financial / corporate standing. Such action / event will be deemed

to be a failure to meet minimum standards of economic and financial
standing. Additionally, suppliers must provide suitable evidence in the
form of the last full year of accounts (audited and accompanied by
auditors’ confirmation where they are above the statutory threshold for
providing audited accounts, or certified by their bank if they are below
the statutory audit threshold). Non provision of such evidence to a
satisfactory standard will be deemed to be a failure to meet minimum
standards of economic and financial standing.
If a business has been recently set up and not audited, annual or endorsed
accounts have been produced, unaudited or management accounts for the 3
(three) months prior to the application must be provided and certified by
an independent Chartered Accountant or accompanied by a positive bankers
reference for the bidder.
Where information is available to the contracting authority that points to
concerns over financial viability, further information may be requested to
evidence financial viability and non-availability of, or refusal to
provide such evidence, will be deemed to be a failure to meet minimum
standards of economic and financial standing.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if requirements are
met:
Tenderers will be required to complete and submit a Pre-qualification
questionnaire and associated documentation to The Litmus Partnership
Limited website.
Minimum standards for participation are stated in the Pre-qualification
questionnaire.
Failure to achieve a pass in any of the minimum standards will result in
your exclusion from any further part in this process.
Minimum level(s) of standards possibly required
Health & Safety Policy – Tenderers shall have a robust Health & Safety
Policy endorsed by the Company Director(s).
Tenderers shall have in place insurance cover of a minimum:
Public Liability Cover - 5 000 000 GBP Five million pounds sterling.
Employers Liability Cover - 5 000 000 GBP Five million pounds sterling.
Other questions as indicated in the Pre-qualification questionnaire shall
be assessed and scored on a points basis.

SECTION IV: PROCEDURE

IV.1) TYPE OF PROCEDURE
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged minimum number 5 maximum number 10
Objective criteria for choosing the limited number of candidates: A
minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward
to the tender stage of the process. Where less than 5 suppliers meet the
minimum standards, only those that meet the minimum standards will be
taken through to the tender stage. Where more than 5 suppliers meet the
minimum standard, those suppliers with the highest scores will proceed to
the tender stage.
IV.2) AWARD CRITERIA

IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) An electronic auction will be used
No
IV.3) ADMINISTRATIVE INFORMATION
IV.3.4) Time-limit for receipt of tenders or requests to participate
17.12.2010 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
21.1.2011
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.

SECTION VI: COMPLEMENTARY INFORMATION

VI.3) ADDITIONAL INFORMATION
Interest in the pre-qualification process should be expressed via email
only to kylawhitefoot@litmuspartnership.co.uk, clearly stating within this
e-mail which contract / notice you are referring to. Please also provide,
as a minimum, a contact name, full company postal address and telephone
number.
The closing date for receipt of the Pre-qualification questionnaire is on
17.12.2010 (12:00). Tenderers are required to ensure that documents are
obtained and returned to The Litmus Partnership Limited, by email to
kylawhitefoot@litmuspartnership.co.uk, by the above closing date and time.
Policy documents (where indicated in the Pre-qualification questionnaire)
shall be uploaded to The Litmus Partnership Limited pre-qualification
website prior to this closing date and time.
It will be the Tenderer’s responsibility to obtain any necessary documents
and access to The Litmus Partnership pre-qualification website in order to
submit a response by the closing date and time.
VI.5) DATE OF DISPATCH OF THIS NOTICE:
8.11.2010