Managed Laundry Service Tender Durham
Durham University is seeking a managed laundry service for our residential and conference areas located currently at our Durham Campus and Queens Campus at Stockton on Tees.
United Kingdom-Durham: Laundry-management services
2016/S 213-388833
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Durham
Procurement Service, Mountjoy Centre, Holly Wing, Stockton Road
For the attention of: Linda Joyce
DH1 3LE Durham
United Kingdom
Telephone: +44 1913344527
E-mail: linda.joyce@durham.ac.uk
Fax: +44 1913344539
Internet address(es):
General address of the contracting authority: www.durham.ac.uk
Address of the buyer profile: http://events.transaxions.com/service.aspx?event=6751
Electronic access to information: http://events.transaxions.com/service.aspx?event=6751
Electronic submission of tenders and requests to participate: http://events.transaxions.com/service.aspx?event=6751
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Other: Research
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKC1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
98311100, 98311200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 2 600 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Requested in Pre-Qualification Questionnaire. Please go to the following link to see the evaluation criteria and documentation detailing exclusions:
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Requested in Pre-Qualification Questionnaire. Please go to the following link to see the evaluation criteria and documentation detailing exclusions:
III.2.3)Technical capacity
Please go to the following link to see the evaluation criteria and documentation detailing exclusions:
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the invitation to tender in dialogue and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract.
VI.4.1)Body responsible for appeal procedures
As in section VI.4.2) below
VI.4.2)Lodging of appeals
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
VI.5)Date of dispatch of this notice:
Related Posts
Laundry and Linen Hire Framework Nottingham
Tender for Soft Facilities Management Services
Laundry and Dry Cleaning Services London
Newcastle University Laundry Services Contract