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