Provide Managed Launderettes for University of Leeds
The University is seeking a supplier, who can assist in providing and be able to demonstrate first-class, innovative and contemporary launderette facilities.
United Kingdom-Leeds: Laundry-management services
2016/S 103-184698
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Leeds
Woodhouse Lane
Contact point(s): Central Purchasing
LS2 9JT Leeds
UNITED KINGDOM
E-mail: centralpurchasing@adm.leeds.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/universityofleeds/aspx/Home
Electronic access to information: https://in-tendhost.co.uk/universityofleeds/aspx/Home
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofleeds/aspx/Home
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 UKE42
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)
98311100, 98000000, 79993100
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:
1. Develop and install a laundry facility which is attractive and contemporary.
2. Be able to comply with current regulations relating to Gas Safe and electrical standards.
3. Be able to minimise downtime and to ensure a continued service.
4. Provide management information reporting and quarterly financial reports.
Estimated value excluding VAT:
Range: between 650 000 and 750 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 4
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
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:
Commission percentage will paid to the University by the supplier on a quarterly basis.
The University will determine the vend price and reserves the right to offer ‘free vend’ at any site allowing unlimited access to the facilities to end users at any point during the contract.
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
Minimum level(s) of standards possibly required: As set out in the ITT and PQQ.
III.2.3)Technical capacity
As set out in the ITT and PQQ.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
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
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 80
2. Cost. Weighting 20
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
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.3)Additional information
It is a legal requirement that the successful tenderer is able to supply the following documents (or equivalent):
Gas Safe CP12 on installation (and annually thereafter);
NICEIC (National Inspection Council for Electrical Contracting) on installation (and on the fifth anniversary).
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079477882
Internet address: HTTP://www.justic.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
University of Leeds
Woodhouse Lane
LS2 9JT Leeds
UNITED KINGDOM
E-mail: centralpurchasing@adm.leeds.ac.uk
VI.5)Date of dispatch of this notice:
Related Posts
University of Kent Laundry Services Framework
Linen Hire and Laundry Services Tender
Provide Laundry Services Across Scotland
Hertfordshire Police Laundry Services Contract