Provide Cleaning Services to University of Cambridge
Cleaning Services to the Centre for Molecular Informatics, Department of Chemistry, University of Cambridge.
United Kingdom-Cambridge: Cleaning and sanitation services
2016/S 151-274481
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Chancellor, Masters and Scholars of the University of Cambridge
Procurement Services, 1st Floor South, Greenwich House, Madingley Rise
Contact point(s): Procurement Services
For the attention of: Heather Ajimi
CB3 0TX Cambridge
United Kingdom
E-mail: purchasing.intend@admin.cam.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/universityofcambridge
Electronic access to information: https://in-tendhost.co.uk/universityofcambridge
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofcambridge
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 UKH1
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)
Officially opened in March 2001 the Centre for Molecular Informatics forms nearly a square. The centre is set on a slight angle to the Department of Chemistry and is linked via a double deck bridge which provides access to the centre from the main building. The gross floor space is 2 650 m2 over four floors, including a basement.
On the ground floor are administrative and research group offices, training facilities and a lecture theatre. The first floor houses the library and interactive information systems, the space is light with a solid wooden block floor of fir and white -washed brick walls. On the second floor is the ‘Cybercafe’, which is a Venetian galley of 33 windows with a solid wooden block floor, meeting rooms and a terrace garden.
All floors are serviced by stairwells and landings as well as lift access.
Each floor has varying uses:
Basement
Not covered in the tender
Ground Floor
Foyer
Research Areas
Lecture Theatre (48 seat capacity)
Meeting Room
Service Room
Offices
First Floor
Library
Offices
Second Floor Cybercafe
Meeting Rooms
WC’s
Outside Terrace
The Building requires a high standard of cleaning along with a proactive approach from its cleaners to ensure that the buildings cleaning standards are achieved. The contract is monitored and run by the use of Key Performance Indicators that require a monthly meeting, to enable the Group Administrator of the Centre to meet with the Cleaning Contractor and discuss the way in which things are running.
Usage of Consumables is also important and is monitored each month so that usage can be estimated and the correct amount of items brought to site at the right time of year.
II.1.6)Common procurement vocabulary (CPV)
90900000, 90919200
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:
II.2.2)Information about options
Description of these options: 3 year contract with an option to extend for further periods up to a further total of 2 years.
II.2.3)Information about renewals
Number of possible renewals: 2
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
In order to qualify for consideration, tenderers shall be able to provide evidence of the following conditions
1. Only firms holding, at the time of tender, Public Liability insurance with a per claim minimum of 1 000 000 GBP will be considered for this work.
2. Only firms holding, at the time of tender, Employer Liability Insurance with a per claim minimum of 5 000 000 GBP will be considered for this work.
3. Other criteria and means of Proof as identified in the ITT documents.
Minimum level(s) of standards possibly required: As above and as set out in the Tender documents.
III.2.3)Technical capacity
As set out in the Tender Documents.
Minimum level(s) of standards possibly required:
As set out in the Tender documents.
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
Payable documents: no
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.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Heather Ajimi.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
within the meaning of the Public Contracts
Regulations 2006 (Directive 2004/18) and is not
subject to the procurement legislation. Where the
University advertises contracts in the Official Journal
of the European Union, it does so on a voluntary basis and does not undertake any obligation to comply with the procurement legislation. The University reserves its rights in full to adapt or step outside the procedures in the procurement legislation as the University considers necessary.
Information about the tender process to be followed
does not amount to a legally binding offer by the
University to follow the process so described. The
University reserves the right not to follow or to modify
the procedures as the University considers necessary.
The tender process is being conducted electronically via In-tend.
Suppliers are required to register on this website:
https://in-tendhost.co.uk/universityofcambridge in
order to receive documentation. After registering the
tender documentation can then be downloaded.
All tender responses and any supporting
documentation must be submitted through this
system. There must be no postal correspondence
from bidders unless agreed by the University. Tenders shall not be sent and will not be accepted by fax or email.
VI.5)Date of dispatch of this notice:
Related Posts
Viridian Housing Pan-London Cleaning Contract
A Framework for the Supply of Floor Cleaning Machines
Bilborough Sixth Form College Tender for Cleaning Services