London Universities Purchasing Consortium Cleaning Services Framework
LUPC, acting as the Consortium, is working with its Member Institutions to establish a Framework Agreement for the Provision of Cleaning Services in Greater London and the South East of England.
United Kingdom-London: Cleaning and sanitation services
2016/S 058-097968
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road
For the attention of: Stokes Suzanne
W1T 7NZ London
UNITED KINGDOM
Telephone: +44 2073072772
E-mail: s.stokes@lupc.ac.uk
Internet address(es):
General address of the contracting authority: http://www.lupc.ac.uk/
Address of the buyer profile: https://lupc.bravosolution.co.uk
Electronic access to information: https://lupc.bravosolution.co.uk
Electronic submission of tenders and requests to participate: https://lupc.bravosolution.co.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
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
1
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
Main site or location of works, place of delivery or of performance: Greater London and the South East (Kent, East Sussex, West Sussex, Surrey, Hampshire, Berkshire, Oxfordshire, Buckinghamshire, Hertfordshire, Bedfordshire and Essex).
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 15
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 20 000 000 and 120 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
LUPC, acting as the Consortium, is working with its Member Institutions to establish a Framework Agreement for the Provision of Cleaning Services in Greater London and the South East of England (Kent, East Sussex, West Sussex, Surrey, Hampshire, Berkshire, Oxfordshire, Buckinghamshire, Hertfordshire, Bedfordshire and Essex). Member Institutions of LUPC’s sister consortium, Southern Universities Purchasing Consortium (SUPC), that are based in the Greater London or the South East of England will also be able to use this Framework Agreement. A full list of SUPC’s Member Institutions may be found at: http://www.supc.ac.uk/about-us/our-members/our-members
Please note that only SUPC’s Member Institutions in Greater London and the South East will have access to this Framework Agreement.
The Framework Agreement will be divided into 3 Lots:
Lot 1 — 1-Stop Shop Cleaning and Associated Support Services:
This lot includes the option of buying all or some of the included core cleaning services across the full range of buildings within Member Institutions’ Premises. This includes but is not limited to office areas, academic and ancillary buildings and the cleaning and servicing of residences. This lot will also include the option of buying all or some of the following included associate support services; pest control, feminine hygiene, washroom services, waste management, porterage, high level cleaning and window cleaning.
Lot 2 — Residential Cleaning Services (Student and Staff Accommodation):
This lot covers servicing requirements for student, staff and conference residences within Member Institutions’ Premises. Occupation can vary considerably at different times of the year. It involves the Supplier providing a flexible service in order to accommodate the differing levels of occupation and service level requirements.
Lot 3 — Non-Residential Cleaning Services:
This lot includes the option of buying all or some of the included core cleaning services across a range of buildings within Member Institutions’ Premises. This includes but is not limited to office areas, academic and ancillary buildings. It does not include any residential cleaning.
Potential Providers may express interest in as few or as many Lots as they wish. LUPC plans to award each lot to a panel of 5 Providers following the tender process.
II.1.6)Common procurement vocabulary (CPV)
90900000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 20 000 000 and 120 000 000 GBP
II.2.3)Information about renewals
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)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: 1 Stop Shop Cleaning and Associated Support Services
1)Short description
2)Common procurement vocabulary (CPV)
90900000
5)Additional information about lots
Lot No: 2 Lot title: Residential Cleaning Services (Student and Staff Accommodation)
1)Short description
2)Common procurement vocabulary (CPV)
90900000
5)Additional information about lots
Lot No: 3 Lot title: Non-Residential Cleaning Services
1)Short description
2)Common procurement vocabulary (CPV)
90900000
5)Additional information about lots
Section III: Legal, economic, financial and technical information
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
Description of particular conditions: Any required certificates, statutory declarations or criteria are notified within the Pre-Qualification Questionnaire.
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: Set out in the Pre-Qualification Questionnaire and Evaluation Methodology.
III.2.3)Technical capacity
Set out in the Pre-Qualification Questionnaire and Evaluation Methodology.
Minimum level(s) of standards possibly required:
Set out in the Pre-Qualification Questionnaire and Evaluation Methodology.
III.3.1)Information about a particular profession
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: It is envisaged that 8 operators will be invited to tender for each lot.
Potential providers may express interest in more than 1 lot. The Authority plans to award each Lot to a panel of 5 providers, following the full tender process. During the PQQ stage, the intention is to arrive at a short-list of 8 pre-qualified potential providers for formal Invitation to Tender against the requirement in each Lot. Potential providers will need to meet the minimum criteria within the Pre-Qualification Questionnaire. Potential providers will be scored and ranked based on their response to:
Supplier Acceptability (Pass or fail);
Economic and Financial Standing, i.e. the potential provider must be in a sound financial position and have insurances to participate in a procurement of this size.
This may entail financial checks with certain pass or fail criteria as covered within the documentation. Sustainability, Equality, Health and Safety, i.e. the potential provider must demonstrate sustainable systems in place and its conformity with Health and Safety and Equality and Diversity legislation. Quality Assurance, i.e. demonstration of quality standards, that will ensure effective running of the Framework Agreement; Technical Capability, i.e. assessment of resources and core competences available to the potential provider including, training and systems for delivery. Background and Experience i.e. the potential provider must be able to demonstrate a successful track record of providing similar services to those listed in the OJEU notice.
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
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.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.3)Additional information
VI.5)Date of dispatch of this notice: