Cleaning Services – Arts University Bournemouth
Provision of cleaning services at Arts University Bournemouth – start date 7.1.2016.
United Kingdom-Dorchester: Building-cleaning services
2015/S 094-170343
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Dorset County Council
County Hall
For the attention of: Mr Roger Allen
DT1 1XJ Dorchester
UNITED KINGDOM
Telephone: +44 1305221279
E-mail: r.allen@dorsetcc.gov.uk
Fax: +44 1305228567
Further information can be obtained from: Dorset County Council
County Hall
For the attention of: Mr Roger Allen
DT1 1XJ Dorchester
UNITED KINGDOM
Telephone: +44 1305221279
E-mail: r.allen@dorsetcc.gov.uk
Fax: +44 1305228567
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Dorset County Council
County Hall
For the attention of: Mr Roger Allen
DT1 1XJ Dorchester
UNITED KINGDOM
Telephone: +44 1305221279
E-mail: r.allen@dorsetcc.gov.uk
Fax: +44 1305228567
Tenders or requests to participate must be sent to: Dorset County Council
County Hall
For the attention of: Mr Roger Allen
DT1 1XJ Dorchester
UNITED KINGDOM
Telephone: +44 1305221279
E-mail: r.allen@dorsetcc.gov.uk
Fax: +44 1305228567
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Arts University Bournemouth
Wallisdown Road
BH12 5HH Poole
UNITED KINGDOM
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 UKK22
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)
90911200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Arts University Bournemouth (AUB) is a leading higher education institution with a large further education programme, passionate about its specialist subjects and dedicated both to education and the creative industries which it serves.
The AUB is one of the most successful and popular higher education specialists, with an excellent national & international reputation, committed to providing the highest quality, industry-relevant creative degrees.
There are over 3,500 full time students and more than 350 staff. In addition there are a further 1 500 students who attend short courses at evenings and weekends.
The contract(s) is due to be awarded in October 2015 for a contract commencement date 7.1.2016. The contract will be for an initial 2 year period with provision to extend, subject to satisfactory and continually improved performance for a further 2 years in yearly increments. The potential total contract period could therefore be up to a maximum of 4 years.
The AUB’s policy concerning tendering is one of even-handedness and its primary objective is to achieve the best value for money in the provision of this service. In pursuing this objective, the AUB is seeking genuine competition.
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.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:As per requirement of tender document.
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
Objective criteria for choosing the limited number of candidates: As per requirement of tender document.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 35
2. Number of hours. Weighting 15
3. Tender response. Weighting 20
4. Contractor presentations. Weighting 20
5. Visits to contractors reference sites. Weighting 10
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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: