Forum Admin

  • Posts: 3310
UK-Canterbury: building-cleaning services
« on: January 26, 2009, 09:32:47 am »
CONTRACT NOTICE
Services
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): Canterbury Christ Church
University, North Holmes Road, Contact: Facilities Services, Attn: Dorothy
Reid, UK-Canterbury CT1 1QU. Tel. +44 1227782118. E-mail:
facilities.tenders@canterbury.ac.uk. Fax +44 1227470442.

Internet address(es):
General address of the contracting authority: http://www.canterbury.ac.uk.
Address of the buyer profile: http://www.canterbury.ac.uk/support/estates/
buyers-profile.asp.

Further information can be obtained at: As in above-mentioned contact
point(s).
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained at:
As in above-mentioned contact point(s).
Tenders or requests to participate must be sent to: As in above-mentioned
contact point(s).

I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Body governed by public law.
Education.
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:
Building Cleaning Services.
II.1.2) Type of contract and location of works, place of delivery or of
performance: Services.
Service category: No 14.
Main place of performance: Canterbury Christ Church University - Augustine
House Canterbury Kent.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): Canterbury
Christ Church University wishes to set up a single Buildings Services
Contract for the "new build" Augustine House in Canterbury, a single
contract that cover everything: Furniture should be delivered at the end
of July 2009 and Augustine House must be ready for use around 18.9.2009.
The contract will include weekday night and weekend & night work. CCCU
requires a costing for a ‘one off’ deep clean, of Augustine House internal
& external during first week of September 2009. Also a price for up to
four cleans per year. Augustine House, because of traffic on the ring
road, will require up to 6 front of building cleans a year. PCs, units,
key pads etc – will form a once a year element of the cleaning contract.
Equipment needed will include "cherry pickers" & extended vacuums Internal
deep clean: Clean the main atrium; all glasswork; link bridge; wall
washes; light fittings; Media wall – range of TV’s beside the Atrium;
signage; computers in all open access areas – staff & student: internal
surfaces; high level surfaces Kitchen equipment – heating grills – clean
External clean: pathway around the outside; wash down the building; front
of building; drop side glass; windows; massive flint panels; stainless
steel railings; terraces; signage Specialist clean: Compass Rose.
II.1.6) Common procurement vocabulary (CPV): 90911200.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
No.
II.1.8) Division into lots: No.
II.1.9) Variants will be accepted: No.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope: N/A.
Estimated value excluding VAT: 200 000 EUR.
II.2.2) Options: No.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Duration in
months: 36 (from the award of the contract).

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded: Joint and several liability.
III.1.4) Other particular conditions to which the performance of the
contract is subject: No.
III.2) CONDITIONS FOR PARTICIPATION
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers: Information and
formalities necessary for evaluating if requirements are met: As per the
pre-tender questionnaire.
III.2.2) Economic and financial capacity: Information and formalities
necessary for evaluating if requirements are met: As per the pre-tender
questionnaire.
III.2.3) Technical capacity: Information and formalities necessary for
evaluating if requirements are met: As per the pre-tender questionnaire.
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1) Execution of the service is reserved to a particular profession:
No.
III.3.2) Legal entities should indicate the names and professional
qualifications of the staff responsible for the execution of the service:
Yes.

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 minimum number: 6. Maximum number: 8.
IV.2) AWARD CRITERIA
IV.2.1) Award criteria: The most economically advantageous tender in
terms of the criteria stated below:
1. Technical. Weighting: 40.
2. Cost. Weighting: 20.
3. Quality. Weighting: 20.
4. Environment & Social. Weighting: 20.
IV.2.2) An electronic auction will be used: No.
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) File reference number attributed by the contracting authority:
001/DR.
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: 28.2.2009 - 12:00.
Payable documents: no.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
3.3.2009 - 16:00.
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates: 10.3.2009.
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up: English.

SECTION VI: COMPLEMENTARY INFORMATION
VI.1) THIS IS A RECURRENT PROCUREMENT: No.
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU
FUNDS: No.
VI.5) DATE OF DISPATCH OF THIS NOTICE: 21.1.2009.