Forum Admin

  • Posts: 3310
Edinburgh - Window Cleaning Services
« on: January 31, 2012, 12:11:38 pm »
Section I: Contracting authority

I.1) Name, addresses and contact point(s)
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Contact point(s): Procurement
For the attention of: Neil Crowley
EH1 1HT Edinburgh
UNITED KINGDOM
Telephone: +44 1316502508
E-mail: Neil.Crowley@ed.ac.uk
Fax: +44 1316502154
Internet address(es):
General address of the contracting authority:
http://www.ed.ac.uk/schools-departments/procurement/supplying
Address of the buyer profile:
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
Further information can be obtained from: University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Contact point(s): Procurement
For the attention of: Neil Crowley
EH1 1HT Edinburgh
UNITED KINGDOM
Telephone: +44 1316502508
E-mail: Neil.Crowley@ed.ac.uk
Fax: +44 1316502154
Internet address:
http://www.ed.ac.uk/schools-departments/procurement/supplying
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Contact point(s): Procurement
For the attention of: Neil Crowley
EH1 1HT Edinburgh
UNITED KINGDOM
Telephone: +44 1316502508
Fax: +44 1316502154
Internet address: https://in-tendhost.co.uk/edinburghuni/
Tenders or requests to participate must be sent to: University Of
Edinburgh
Charles Stewart House, 9-16 Chambers Street
Contact point(s): Procurement
For the attention of: Neil Crowley
EH1 1HT Edinburgh
UNITED KINGDOM
Telephone: +44 1316502508
Fax: +44 1316502154
Internet address: https://in-tendhost.co.uk/edinburghuni/
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Education
I.4) Contract award on behalf of other contracting authorities
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:
EC/0533 The Provision of Window Cleaning Services.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 14: Building-cleaning services and property management
services
Main site or location of works, place of delivery or of performance:
Edinburgh and Lothians.
NUTS code UKM25
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in years: 3
II.1.5) Short description of the contract or purchase(s)
The University has a population of over 24 000 students and 5 500 staff.
University activity is spread over approximately 744 buildings in five
locations covering 800 000 square metres around Edinburgh and beyond, with
student accommodation provided at the Pollock Halls of Residence and
across a range of flats around the city. Other locations include Easter
Bush, the Roslin Institute, the Western General Hospital and Firbush
Outdoor Education Centre.
The University of Edinburgh is going out to tender for Window Cleaning
Services. The purpose of this competitive tender is to engage suitably
qualified and experienced Contractor’s to provide Window Cleaning Services
using best practice and overall value for money principles. The successful
Contractor’s must be willing to play an active and effective role as a
partner in understanding the needs and requirements of a large and complex
organisation and will be expected to support the University through the
delivery of a comprehensive and thorough range of services.
The University of Edinburgh Estate is very diverse with buildings ranging
from Grade A listed historical buildings through to state of the art new
constructions. The use of these buildings varies from teaching spaces and
laboratories through to office space and Halls of Residence.
Before tendering, suppliers may wish to ascertain the location of the
sites, and the extent of work being tendered for and all local conditions
and restrictions likely to affect the execution of the service.
The Contractor(s) must provide a prompt and efficient Window Cleaning
Service that maintains the highest level of quality 52 weeks per year. The
service must be responsive to the needs of all University of Edinburgh
users and offer flexibility to adapt to emerging needs. The service
provision must consistently meet the required timescales for the volume of
work ordered and agreed with the University when an order is placed.
Sufficient staff capability should be made available to allow a booking to
be made at any time during office hours. Any proposed alteration by the
supplier to the work stream agreed with the University is to be advised to
the University immediately it becomes known by the appropriate member of
the contractor’s staff.
The University regularly has a requirement for very high volumes of work
to be carried out particularly when students are on holiday. The
successful bidders will require sufficient capacity in terms of personnel,
vehicles and equipment to meeting our present and future needs.
Prospective suppliers should understand that the volume of work required
within a relatively short time period will be considerable.
Our current Framework Agreement has three suppliers who provide the
service to the Universities portfolio of buildings.
Due to the diversity of these buildings and the geographical locations
involved the tender is being let in 4 separate lots.
Lot 1 Central Area.
Lot 2 Outer Area.
Lot 3 University Halls of Residents.
Lot 4 University Flats.
The cleaning methods to be employed in the various lots are described
below:
Lot 1 Central Area.
This area contains buildings requiring cleaning by water fed pole system
as well as using a mobile elevated platform and mop and squeegee plus
extension poles. The following buildings requiring cleaning by abseiling:
David Hume Tower.
Appleton Tower.
Dugald Stewart Building.
Informatics Building.
Chrystal McMillan Building.
Lot 2 Outer Area.
The buildings in this area require cleaning predominantly by the reach and
wash method. However cherry picker is also required on certain sites and
the cleaning of buildings by abseiling is also required.
Lot 3 University Halls of Residence.
The cleaning of buildings in this area will be by internal access and
reach and wash and abseiling.
Lot 4 University Flats.
The cleaning of buildings in this area will be by internal access and
reach and wash. A cherry picker may also be required on one site as rear
access may be difficult.
Areas within the lots will require specialist cleaning techniques such as
abseiling and Tenderers will be required to demonstrate that they comply
with all relevant Health & Safety standards and possess the necessary
accreditations and licences relevant to the lots for which they are
bidding.
A common feature of all lots in the tender package is there will be peaks
in the demand for window cleaning. Cleaning activity in Lots 3 and 4 is
largely carried out in a restricted time period in the first two weeks of
June with an additional clean arranged earlier in the year and the
successful contractor(s) will have to plan their workload to deal with
such fluctuations in demand as much work is carried out when the students
are not in residence. For the avoidance of doubt all suppliers who tender
for Lots 3 and/or 4 must be capable of carrying out this large volume of
work in the timescales (2 weeks) described above.
Many of the buildings will be occupied by the building users while
cleaning work is being undertaken, therefore contractors will be required
to demonstrate that their operators can carry out tasks while causing
minimal disruption to occupants. All work must be carried out in line with
UK legislation, Health & Safety legislation, Approved Codes of Practice
and best industry practice.
II.1.6) Common procurement vocabulary (CPV)
90911300
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9) Information about variants
Variants will be accepted: yes
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Estimated value excluding VAT:
Range: between 168 000 and 205 000 GBP
II.2.2) Information about options
Options: yes
Description of these options: The framework will be for 3 years with the
option to extend for a further 1 year.
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1
Lot title: Central Area
1) Short description
Information as provided in the 'Short Contract Description'.
2) Common procurement vocabulary (CPV)
90911300
3) Quantity or scope
Information as provided in the 'Short Contract Description'.
Estimated value excluding VAT:
Range: between 100 000 and 125 000 GBP
4) Indication about different date for duration of contract or
starting/completion
Duration in months: 36 (from the award of the contract)
Lot No: 2
Lot title: Outer Area
1) Short description
Information as provided in the 'Short Contract Description'.
2) Common procurement vocabulary (CPV)
90911300
3) Quantity or scope
Information as provided in the 'Short Contract Description'.
Estimated value excluding VAT:
Range: between 50 000 and 60 000 GBP
4) Indication about different date for duration of contract or
starting/completion
Duration in months: 36 (from the award of the contract)
Lot No: 3
Lot title: University Halls of Residence
1) Short description
Information as provided in the 'Short Contract Description'.
2) Common procurement vocabulary (CPV)
90911300
3) Quantity or scope
Information as provided in the 'Short Contract Description'.
Estimated value excluding VAT:
Range: between 9 000 and 10 200 GBP
4) Indication about different date for duration of contract or
starting/completion
Duration in months: 36 (from the award of the contract)
Lot No: 4
Lot title: University Flats
1) Short description
Information as provided in the 'Short Contract Description'.
2) Common procurement vocabulary (CPV)
90911300
3) Quantity or scope
Information as provided in the 'Short Contract Description'.
Estimated value excluding VAT:
Range: between 8 500 and 9 600 GBP
4) Indication about different date for duration of contract or
starting/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
The performance of the contract is subject to particular conditions: 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 the requirements
are met: (1) All candidates will be required to produce a certificate or
declaration demonstrating that they are not bankrupt or the subject of an
administration order, are not being wound-up, have not granted a trust
deed, are not the subject of a petition presented for sequestration of
their estate, have not had a receiver, manager or administrator appointed
and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or
declaration demonstrating that the candidate, their directors, or any
other person who has powers of representation, decision or control of the
candidate has not been convicted of conspiracy, corruption, bribery, or
money laundering. Failure to provide such a declaration will result in the
candidate being declared ineligible and they will not be selected to
participate in this procurement process.
(3) All candidates will be required to produce a certificate or
declaration demonstrating that they have not been convicted of a criminal
offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or
declaration demonstrating that they have not committed an act of grave
misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which
they are established, regarding registration on the professional or trade
register.
(6) Any candidate found to be guilty of serious misrepresentation in
providing any information required, may be declared ineligible and not
selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a
member of the relevant organisation, in the State where they are
established, when the law of that State prohibits the provision of the
services, described in this notice, by a person who is not so licensed or
who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or
declaration demonstrating that they have fulfilled obligations relating to
the payment of social security contributions under the law of any part of
the United Kingdom or of the relevant State in which the candidate is
established
(9) All candidates will be required to produce a certificate or
declaration demonstrating that they have fulfilled obligations relating to
the payment of taxes under the law of any part of the United Kingdom or of
the relevant State in which the economic operator is established.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: (1) All candidates will be required to provide evidence of
relevant professional risk indemnity insurance.
(2) All candidates will be required to provide a statement, covering the 3
previous financial years including the overall turnover of the candidate
and the turnover in respect of the activities which are of a similar type
to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or
extracts from those accounts relating to their business.
III.3) Conditions specific to services contracts
III.3.2) Staff responsible for the execution of the service
Legal persons 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
Open
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
EC/0533
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: 5.3.2012
IV.3.4) Time limit for receipt of tenders or requests to participate
6.3.2012 - 12:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
IV.3.7) Minimum time frame during which the tenderer must maintain the
tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Three to four years.
VI.3) Additional information
(SC Ref:211907).
VI.5) Date of dispatch of this notice:
26.1.2012
Contract notice
Services
Directive 2004/18/EC