Contract notice
Section I: Contracting
authority
I.1) Name and addresses
St John Bosco Arts College
Storrington Avenue
Liverpool
L11 9DQ
UK
E-mail: ray@rpj3group.co.uk
NUTS: UKD72
Internet address(es)
Main address: http://www.rpj3group.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://rpj3.group/SQCleaningTender-SJB-Arts-College
Additional information can be obtained from another address:
St John Bosco Arts College
Storrington Avenue
Liverpool
L11 9DQ
UK
E-mail: ray@rpj3group.co.uk
NUTS: UKD72
Internet address(es)
Main address: http://www.rpj3group.com
Tenders or requests to participate must be sent to the abovementioned address
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
Cleaning Tender for St John Bosco Arts College
II.1.2) Main CPV code
90919300
II.1.3) Type of contract
Services
II.1.4) Short description
This cleaning tender process is targeted to have a cleaning contract in place to commence on 1.9.2019 or 1.8.2019. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning and support required by the school management team. Labour resource and relief cover is very important. We have set a Minimum level of turnover for this tender at 250 000 GBP which takes into account the contract turnover and cash flow associations. In the SQ, this is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum employer's (compulsory) liability insurance of 10 000 000 GB
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD72
Main site or place of performance:
Liverpool.
II.2.4) Description of the procurement
School cleaning services:
This cleaning tender process is targeted to have a cleaning contract in place to commence on 1.9.2019 or 1.8.2019. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning and support required by the school management team. Labour resource and relief cover is very important. We have set a Minimum level of turnover for this tender at 250 000 GBP which takes into account the contract turnover and cash flow associations. In the SQ, this is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum employer's (compulsory) liability insurance of 10 000 000 GBP and a minimum public liability insurance at 5 000 000 GBP. The contract will be for a 3 + 1 + 1 period (5 year in total).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/05/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
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.
GO Reference: GO-201948-PRO-14777886
VI.4) Procedures for review
VI.4.1) Review body
RPJ3 Group Ltd
Leasowe Lodge
Moreton
CH46 3SA
UK
Telephone: +44 1516780193
VI.5) Date of dispatch of this notice
08/04/2019