Tender

ID 3301123 - DfE - SERC - Provision of Cleaning and Ancillary Services to South Eastern Regional Collage

  • FE South Eastern Regional College
  • SERC Lisburn

F02: Contract notice

Notice identifier: 2021/S 000-007063

Procurement identifier (OCID): ocds-h6vhtk-02a308

Published 7 April 2021, 10:08am



Section one: Contracting authority

one.1) Name and addresses

FE South Eastern Regional College

Victoria Avenue

Newtownards

BT23 7EH

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

SERC Lisburn

Castle Street

Lisburn

BT27 4SU

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3301123 - DfE - SERC - Provision of Cleaning and Ancillary Services to South Eastern Regional Collage

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The College requires a contract for the provision of cleaning and ancillary services to the following campuses, Bangor (4 buildings), Newtownards (1 building), Holywood (3 buildings), Lisburn (3 buildings) and will have an initial period of 60 months with options to extend for a further 3 x 12 months. The Contractor shall provide professionally managed ancillary, (feminine hygiene, barrier matting, window cleaning and grounds maintenance) services and high quality cleaning services that provides a comprehensive, efficient, user friendly, customer focused and cost effective service to meet the needs of SERC and its students, staff and visitors.

two.1.5) Estimated total value

Value excluding VAT: £2,223,186

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services
  • 90900000 - Cleaning and sanitation services
  • 90911200 - Building-cleaning services
  • 90911300 - Window-cleaning services
  • 90919200 - Office cleaning services
  • 90919300 - School cleaning services
  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKN - NORTHERN IRELAND

two.2.4) Description of the procurement

The College requires a contract for the provision of cleaning and ancillary services to the following campuses, Bangor (4 buildings), Newtownards (1 building), Holywood (3 buildings), Lisburn (3 buildings) and will have an initial period of 60 months with options to extend for a further 3 x 12 months. The Contractor shall provide professionally managed ancillary, (feminine hygiene, barrier matting, window cleaning and grounds maintenance) services and high quality cleaning services that provides a comprehensive, efficient, user friendly, customer focused and cost effective service to meet the needs of SERC and its students, staff and visitors.

two.2.5) Award criteria

Quality criterion - Name: As per the tender documents / Weighting: 30

Cost criterion - Name: As per the tender documents / Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £2,223,186

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is anticipated this contract will be retendered at the end of the initial contract period or the optional extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3 optional extension periods of up to 12 months each.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 May 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 11 August 2021

four.2.7) Conditions for opening of tenders

Date

13 May 2021

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The successful contractor's performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract. performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance the matter will be escalated to senior management in Construction and Procurement Delivery Supplies and Services Division for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it. may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of up to three years from the date of issue of the certificate.

six.4) Procedures for review

six.4.1) Review body

This is not applicable in the UK

This is not applicable in the UK

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.