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
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
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.