Hard and soft facilities management services London
The University of the Arts London seeks competitive offers for the provision of the following listed services to be delivered at the various sites that are owned and/or leased by the University.
UK-London: building and facilities management services
2012/S 83-136571
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The University of the Arts London
1 Granary Square, 5th floor, Granary Building
Contact point(s): Procurement Department (5th Floor)
For the attention of: Mr. A.R.Lallmahamood (MCIPS)
N1C 4AA London
UNITED KINGDOM
Telephone: +44 2075148401
E-mail: r.lallmahamood@arts.ac.uk
Fax: +44 2075146095
Internet address(es):
General address of the contracting authority: http://www.arts.ac.uk
Address of the buyer profile: www.arts.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)
Section II: Object of the contract
Service category No 14: Building-cleaning services and property management services
NUTS code UKI
1. Building, fabric maintenance, plant & planned preventative maintenance, cleaning services & pest control services.
2. Building, fabric maintenance, plant & planned preventative maintenance
3. Cleaning services
4. Pest control services
79993000
Tenders may be submitted for all lots
1. Building, fabric maintenance, plant & planned preventative maintenance, cleaning services & pest control services.
2. Building, fabric maintenance, plant & planned preventative maintenance
3. Cleaning services
4. Pest control services
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Building & facilities management services (one-stop-shop)
1. Plant preventative maintenance
2. Planned fabric and structures maintenance
3. Routine repair work
4. Emergency repairs and urgent repairs
5. Minor building and maintenance work
6. Building-cleaning services
7. Miscellaneous cleaning services
8. Accommodation cleaning services
9. Office cleaning services
10. Pest control services
79993000
All information supplied in connection with this Invitation shall be regarded as confidential and by submitting an offer, the Respondent(s) agrees to be bound by the condition stated within this invitation and the obligation to preserve the confidentiality of all such information.
The Respondents acknowledges that the University is not liable for any cost incurred and/or arising from their participant, leading up to the submission of an ‘Offer’ for the tendered Lot(s).
1. Plant & planned preventative maintenance
2. Planned fabric and structures maintenance
3. Routine repair work
4. Emergency repairs and urgent repairs
5. Minor building and maintenance work.
50324200, 71314100, 50531100, 50730000, 45453100, 45331110, 50711000, 50700000
Reference to the CPV code should be used as guidance for the service type being tendered. The contract will be for a minimum of 3 years with the option of a further 12 months extension available.
Descriptions of the CPV codes are as follows:
1. Preventive maintenance services;
2. Repair and maintenance services of boilers;
3. Repair and maintenance services of cooler groups;
4. Refurbishment work;
5. Repair and maintenance services of electrical and mechanical building installations;
6. Repair and maintenance services of building installations;
7. Boiler installation work;
8. Electrical services.
All information supplied in connection with this Invitation shall be regarded as confidential and by submitting an offer, the Respondent(s) agrees to be bound by the condition stated within this invitation and the obligation to preserve the confidentiality of all such information.
The respondents acknowledges that the University is not liable for any cost incurred and/or arising from their participant, leading up to the submission of an ‘Offer’ for the tendered Lot(s).
1. Building-cleaning services
2. Miscellaneous cleaning services
3. Accommodation cleaning services
4. Office cleaning services
5. Feminine hygiene cleaning services.
90900000, 90919000, 90910000, 90911100, 90911200, 90911000, 90911300
Reference to the CPV code should be used as guidance for the service type being tendered. The contract will be for a minimum of 3 years with the option of a further 12 months extension available.
Descriptions of the CPV codes are as follows:
1. Cleaning and sanitation services;
2. Accommodation cleaning services;
3. Building and window cleaning services;
4. Office, school and office equipment cleaning services;
5. Miscellaneous cleaning services.
All information supplied in connection with this Invitation shall be regarded as confidential and by submitting an offer, the Respondent(s) agrees to be bound by the condition stated within this invitation and the obligation to preserve the confidentiality of all such information.
The respondents acknowledges that the University is not liable for any cost incurred and/or arising from their participant, leading up to the submission of an ‘offer’ for the tendered lot(s).
90922000
All information supplied in connection with this invitation shall be regarded as confidential and by submitting an offer, the Respondent(s) agrees to be bound by the condition stated within this invitation and the obligation to preserve the confidentiality of all such information.
The respondents acknowledges that the University is not liable for any cost incurred and/or arising from their participant, leading up to the submission of an ‘Offer’ for the tendered Lot(s).
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr.
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
Section IV: Procedure
Payable documents: no
Section VI: Complementary information
1. Suppliers must read through the complete set of instructions and follow the process before responding to this tender.
2. This contract will be tendered online using BiP Solutions’ Delta-Ets service.
3. The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta.
4. You must register on the website listed above to respond, if you are already registered you will not need to register again, simply use your existing username and password.
5. Please note there is a password reminder link on the homepage.
6. Suppliers must log in, go to your Response Manager and add the following Access Code: 5556TCB5FH
7. The University will release the Pre-Qualification Questionnaire, Evaluation Methodology & Scoring Matrix on or after the 6.6.2012, through the Delta ETS Portal.
8. The deadline for submitting your electronic response(s) to the documents referred above is scheduled for the 21.6.2012 at 17:00hrs.
9. Please ensure that you allow yourself plenty of time when responding to this OJEU notice prior to the closing date and time, especially if you have been asked to upload documents.
10. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call +44 8452707050 or email helpdesk@delta-esourcing.com.
11. All tenders must be in sterling GBP and the resulting contract will be subject to English law.
12. The Offeror acknowledge the fact that by responding to the advert, the University is not liable for any cost incurred throughout the Procurement exercise.
13. The University does not bind itself to accept the lowest or any offer and reserves the right to accept an offer either in whole or in part, each service requirements for this purpose treated as being tendered separately.
14. The University reserves the right to award the contract for the supply of the requirement(s) detailed herein and arising out of this procurement process to none or more than 1 supplier.
15. All information supplied in connection with this OJEU notice shall be regarded as confidential and by submitting an offer; the Respondent agrees to be bound by the condition stated in the descriptive documents and the obligation to preserve the confidentiality of all such information.
16. If you have any question in relation to this advert, the contact details for the Head of Procurement at the University is as follows:
Ray Lallmahamood (MCIPS).
Head of Procurement.
University of the Arts London.
1 Granary Square,
5th floor, Granary Building,
London N1C 4AA.
United Kingdom.
T+44 2075148401.
F+44 2075146095.
M+44 7736055486.
E r.lallmahamood@arts.ac.uk GO Reference: GO-2012425-PRO-3880413.
The University of the Arts London
1 Granary Square, 5th Floor, Granary Building
N1C 4AA London
UNITED KINGDOM
E-mail: r.lallmahamood@arts.ac.uk
Telephone: +44 2075148401
Internet address: http://www.arts.ac.uk/
Fax: +44 2075146095
Body responsible for mediation procedures
DRS-CIArb, on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
E-mail: padre@drs-ciarb.com
Telephone: +44 8452707055
Internet address: www.padre.org.uk
DRS-CIArb, on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
E-mail: padre@drs-ciarb.com
Telephone: +44 8452707055
Internet address: www.padre.org.uk
VI.5)Date of dispatch of this notice:25.4.2012