The Contract will be for the complete day to day cleaning services, including interior and exterior window cleaning.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Portsmouth
University House, Winston Churchill Avenue
Contact point(s): Purchasing Section
For the attention of: Douglas Fenton
PO1 2UP Portsmouth
UNITED KINGDOM
Telephone: +44 2392843172
E-mail: douglas.fenton@port.ac.uk
Internet address(es):
General address of the contracting authority: www.port.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/port/
Further information can be obtained from: University of Portsmouth
Unit 2 St Andrews Court St Michaels RD
Contact point(s): Estates Dept
For the attention of: Mr Russell Bissett
PO1 2PR Portsmouth
UNITED KINGDOM
E-mail: russell.bissett@port.ac.uk
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
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
0603 — General Cleaning Services for University of Portsmouth Buildings.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: In and around the University of Portsmouth estate.
NUTS code UKJ31
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Contract will be for the complete day to day cleaning services, including interior and exterior window cleaning, of the main City Campus and some satellite buildings in the local area. The buildings consist of offices, classrooms, lecture theatres, workshops, laboratories, sports facilities, library, dentistry, coffee shops, 3 additional remote sites (current total cleaning area approx 110 000 square metres). A requirement for specialist cleaning such as bodily fluid spillage, deep cleans and sparkle cleans following building work may also be required. Additional buildings can join at any point throughout the contract’s duration.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This contract will be for a period of 3 years, with an option to extend for a further two periods of 1 year.
Estimated value excluding VAT:
Range: between 3 000 000 and 8 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
Information about lots
Lot No: 1Lot title: General cleaning services
1)Short description
The Contract will be for the complete day to day cleaning services, of the main City Campus and some satellite buildings in the local area. The buildings consist of offices, classrooms, lecture theatres, workshops, laboratories, sports facilities, library, dentistry, coffee shops, 3 additional remote sites (current total cleaning area approx 110 000 square metres). A requirement for specialist cleaning such as bodily fluid spillage, deep cleans and sparkle cleans following building work may also be required. Additional buildings can join at any point throughout the contract’s duration.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Three years with an option to extend for a further two periods of 1 year.
Estimated value excluding VAT:
Range: between 2 750 000 and 7 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2Lot title: Window cleaning
1)Short description
The Contract will be for the interior and exterior window cleaning, of the main City Campus and some satellite buildings in the local area. The buildings consist of offices, classrooms, lecture theatres, workshops, laboratories, sports facilities, library, dentistry, coffee shops, 3 additional remote sites (current total cleaning area approx 110 000 square metres). A requirement for specialist cleaning such as bodily fluid spillage, deep cleans and sparkle cleans following building work may also be required. Additional buildings can join at any point throughout the contract’s duration.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Three years with an option to extend for a further two periods of 1 year.
Estimated value excluding VAT:
Range: between 250 000 and 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Contract Form.
III.2)Conditions for participation
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
Information and formalities necessary for evaluating if the requirements are met: Minimum turnover to be twice the annual value of the lot.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
See PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DJF/0603
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 29.6.2015 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.7.2015 – 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Please state on ALL correspondence OJEU reference and title description.
To Express an Interest in this project please register on the University of Portsmouth In-Tend webpage and express an interest in this project. Please find the weblink for our webpage below:
https://in-tendhost.co.uk/port/
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional information should be requested from the address in section I.1.
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.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
28.5.2015