Time limit for receipt of tenders or requests to participate

Date: 23/10/2020

Local time: 12:00

Service providers are required to provide, proactive, highly flexible, customer focused, customer service and cleaning teams to deliver a competent standard of customer service and facilities presentation across SYPTE’s sites, to a standard which is acceptable to both customers and relevant stakeholders.

If you want help with winning this tender, then take a look at our Tender Writing page.

United Kingdom-Sheffield: Cleaning services

2020/S 184-445419

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses

Official name: South Yorkshire Passenger Transport Executive
National registration number: UKE32
Postal address: 11 Broad Street West
Town: Sheffield
NUTS code: UKE32 Sheffield
Postal code: S1 2BQ
Country: United Kingdom
E-mail:

Internet address(es):

Main address: www.sypte.co.uk

I.2)Information about joint procurement

I.3)Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at: https://sypte.co.uk/WhatWeDo/Contracts

Additional information can be obtained from the abovementioned address

Tenders or requests to participate must be submitted to the following address:

Official name:
Postal address: 11 Broad Street West
Town: Sheffield
Postal code: S1 2BQ
Country: United Kingdom
E-mail:
NUTS code: UKE32 Sheffield

Internet address(es):

Main address: www.sypte.co.uk/WhatWeDo/Contracts

I.4)Type of the contracting authority

Regional or local agency/office

I.5)Main activity

Other activity: Facilitation of Public Transport

Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

Provision of Customer and Cleaning Services

Reference number: 3048

II.1.2)Main CPV code

90910000 Cleaning services

II.1.3)Type of contract

Services

II.1.4)Short description:

Provision of customer and cleaning services for SYPTE in South Yorkshire.

II.1.5)Estimated total value

Value excluding VAT: 3 100 000.00 GBP

II.1.6)Information about lots

This contract is divided into lots: no

II.2)Description

II.2.1)Title:

II.2.2)Additional CPV code(s)

79342300 Customer services

II.2.3)Place of performance

NUTS code: UKE3 South Yorkshire

Main site or place of performance:

South Yorkshire.

II.2.4)Description of the procurement:

Service providers are required to provide, proactive, highly flexible, customer focused, customer service and cleaning teams to deliver a competent standard of customer service and facilities presentation across SYPTE’s sites, to a standard which is acceptable to both customers and relevant stakeholders. It is necessary that customer service and cleaning service teams work in a fully integrated and collaborative manner.

SYPTE’s portfolio includes but is not limited to:

  • Head Office Premises,
  • Transport Interchanges,
  • Park and Ride sites,
  • Mini Interchanges,
  • Satellite sites,
  • Rail sites,
  • ‘On street’ Infrastructure (bus stops, bus shelters and information totems).

These facilities are located throughout South Yorkshire.

SYPTE’s transport interchanges currently experience footfall in excess of seventeen million customers per annum.

As tenderers will note the estimated value of this one year contract is GBP 3 100 000.00, this figure also indicates the available budget in place for the provision of these services. SYPTE reserves the right following full evaluation that if the preferred tenderer’s submitted price exceeds this figure post tender negotiations will take place to review and reduce the services proposed and if agreed this would be set out in the contract document. If post tender negotiations with the preferred tenderer cannot be successfully agreed SYPTE further reserves the right to discount this tender and to deem the next ranked tenderer the preferred tenderer and carry out the same process and so on until satisfactory agreement can be reached.

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: 3 100 000.00 GBP

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

Start: 01/04/2021

End: 31/03/2022

This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.12)Information about electronic catalogues

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

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

III.1.2)Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3)Technical and professional ability

Selection criteria as stated in the procurement documents

III.1.5)Information about reserved contracts

III.2)Conditions related to the contract

III.2.1)Information about a particular profession

III.2.2)Contract performance conditions:

As set out in the tender documentation.

III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description

IV.1.1)Type of procedure

Open procedure

IV.1.3)Information about a framework agreement or a dynamic purchasing system

IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue

IV.1.6)Information about electronic auction

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

The procurement is covered by the Government Procurement Agreement: yes

IV.2)Administrative information

IV.2.1)Previous publication concerning this procedure

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

Date: 23/10/2020

Local time: 12:00

IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates

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

IV.2.7)Conditions for opening of tenders

Date: 23/10/2020

Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence

This is a recurrent procurement: yes

Estimated timing for further notices to be published:

1 year.

VI.2)Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3)Additional information:

VI.4)Procedures for review

VI.4.1)Review body

Official name: South Yorkshire Passenger Transport Executive
Postal address: 11 Broad Street West
Town: Sheffield
Postal code: S1 2BQ
Country: United Kingdom
E-mail:

VI.4.2)Body responsible for mediation procedures

VI.4.3)Review procedure

VI.4.4)Service from which information about the review procedure may be obtained

Official name: South Yorkshire Passenger Transport Executive
Postal address: 11 Broad Street West
Town: Sheffield
Postal code: S1 2BQ
Country: United Kingdom
E-mail:

VI.5)Date of dispatch of this notice:

17/09/2020