Cleaning and Pest Control Services Tender London
The main service requirements are: Cleaning. Planned cleaning. Reactive cleaning. Periodic deep cleaning. External perimeter cleaning.
United Kingdom-London: Cleaning and sanitation services
2014/S 162-290648
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Francis Crick Institite
215 Euston Road
Contact point(s): Procurement
NW1 2BE London
UNITED KINGDOM
E-mail: tenders@crick.ac.uk
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
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 14: Building-cleaning services and property management services
NUTS code UKI1
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)
90900000
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:
The Crick will be a brand new research facility located in the heart of London, next to Kings Cross and St Pancras. Science will be at the heart of the 100 000 m² institute, with more than 120 laboratories leading science, innovation and collaboration, a large and varied animal population and a scientific staff base of more than 1 250 within a total potential population of more than 1 500. The core activities will be a significant number of science programmes, projects and business support services.
Service Requirements
The main service requirements are:
— Cleaning.
— Planned cleaning.
— Reactive cleaning.
— Periodic deep cleaning.
— External perimeter cleaning.
— Provision of internal entrance mats.
— Hygiene Services and wash-room supplies.
— Management and maintenance of Feminine Hygiene bins.
— Air Fresher’s.
— Consumables.
— Window Cleaning.
— Internal.
— External.
— Porterage service.
— Staff to set up meeting rooms; collect waste and cleaning duties.
— Pest Control.
— Internal.
— External.
— Primary Cleaning Objectives.
The Service Partner is required to achieve a high level of environmental cleanliness throughout the premises. The key objectives are:
— Provide a cost efficient, quality driven service which achieves optimum standards for the premises as specified.
— Provide a standard of service that helps to provide a positive image of the premises, and a professional environment for staff and visitors.
— Maintain a safe environment and safe working practices including the use of a recognised risk assessment/management system to ensure that standards remain consistently high, and that any reduction in the quality of service is recognised and corrected.
— Management and control of all consumables provided under the contract.
— Provision and upkeep of all ancillary items such as: cleaning and related equipment, access equipment, personal protective equipment (PPE) and communications devices necessary to meet the requirements of this contract.
— Self-monitoring of service delivery.
— The measurement and reporting of activities and performance to an agreed format and standard.
— Develop and drive a process and culture of continuous improvement.
Indicative budget figures are annual.
Estimated value excluding VAT:
Range: between 750 000 and 1 040 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
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.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: To be detailed in the tender documentation if relevant.
III.2.3)Technical capacity
To be detailed in the tender documentation if relevant.
Minimum level(s) of standards possibly required:
To be detailed in the tender documentation if relevant.
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.1.3)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
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: