Interested In Advertising? | Contact Us Here
Warning!

 

Welcome to Clean It Up; the UK`s largest cleaning forum with over 34,000 members

 

Please login or register to post and reply to topics.      

 

Forgot your password? Click here

Forum Admin

  • Posts: 3310
London - University Building and Fac Management
« on: May 03, 2012, 12:00:39 pm »
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
The University of the Arts London
1 Granary Square, 5th floor, Granary Building
Contact point(s): Procurement Department (5th Floor)
For the attention of: Mr. A.R.Lallmahamood (MCIPS)
N1C 4AA London
UNITED KINGDOM
Telephone: +44 2075148401
E-mail: r.lallmahamood@arts.ac.uk
Fax: +44 2075146095
Internet address(es):
General address of the contracting authority: http://www.arts.ac.uk
Address of the buyer profile: www.arts.ac.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
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:
Hard & soft facilities management 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
NUTS code UKI
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 28 April 12
Xtender Daily Alerts Document No 136571-2012 Original Language
28 April 12 EN - English
Page No
OJ Ref 83/2012 2
Building and facilities management services. The University of the Arts
London seeks competitive offers for the provision of the following listed
services to be delivered at the various sites that are owned and/or leased
by the University. Main services being tendered for are as follows:
1. Building, fabric maintenance, plant & planned preventative maintenance,
cleaning services & pest control services.
2. Building, fabric maintenance, plant & planned preventative maintenance
3. Cleaning services
4. Pest control services
II.1.6) Common procurement vocabulary (CPV)
79993000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
A contract for the provision of services listed below will be entered into
for a minimum of 3 years, with the option to extend for a further 12
months:
1. Building, fabric maintenance, plant & planned preventative maintenance,
cleaning services & pest control services.
2. Building, fabric maintenance, plant & planned preventative maintenance
3. Cleaning services
4. Pest control services
II.2.3) Information about renewals
This contract is subject to renewal: yes
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
Starting 1.11.2012. Completion 31.10.2015
Information about lots
Lot No: 1
Lot title: Building & facilities management services (one-stop-shop)
1) Short description
All inclusive provision of building & facilities management services:
1. Plant preventative maintenance
2. Planned fabric and structures maintenance
3. Routine repair work
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 28 April 12
Xtender Daily Alerts Document No 136571-2012 Original Language
28 April 12 EN - English
Page No
OJ Ref 83/2012 3
4. Emergency repairs and urgent repairs
5. Minor building and maintenance work
6. Building-cleaning services
7. Miscellaneous cleaning services
8. Accommodation cleaning services
9. Office cleaning services
10. Pest control services
2) Common procurement vocabulary (CPV)
79993000
3) Quantity or scope
Please note that the service categories set out above are not restrictive
or entirely subjective to the CPV code and/or descriptions. Reference to
the CPV code should be used as guidance for the service type being
tendered. The contract will be for a minimum of 3 years with the option of
a further 12 months extension available.
4) Indication about different date for duration of contract or
starting/completion
Starting 1.11.2012. Completion 31.10.2015
5) Additional information about lots
The University reserves the right to award the contract for the supply of
the respective service(s) arising out of this procurement process to none
or more than 1 supplier.
All information supplied in connection with this Invitation shall be
regarded as confidential and by submitting an offer, the Respondent(s)
agrees to be bound by the condition stated within this invitation and the
obligation to preserve the confidentiality of all such information.
The Respondents acknowledges that the University is not liable for any
cost incurred and/or arising from their participant, leading up to the
submission of an ‘Offer’ for the tendered Lot(s).
Lot No: 2
Lot title: Plant & planned preventative maintenance
1) Short description
All inclusive provision of services associated with plant & planned
preventative maintenance:
1. Plant & planned preventative maintenance
2. Planned fabric and structures maintenance
3. Routine repair work
4. Emergency repairs and urgent repairs
5. Minor building and maintenance work.
2) Common procurement vocabulary (CPV)
50324200, 71314100, 50531100, 50730000, 45453100, 45331110, 50711000,
50700000
3) Quantity or scope
Please note that the service categories set out above are not restrictive
or entirely subjective to the CPV codes and/or descriptions.
Reference to the CPV code should be used as guidance for the service type
being tendered. The contract will be for a minimum of 3 years with the
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 28 April 12
Xtender Daily Alerts Document No 136571-2012 Original Language
28 April 12 EN - English
Page No
OJ Ref 83/2012 4
option of a further 12 months extension available.
Descriptions of the CPV codes are as follows:
1. Preventive maintenance services;
2. Repair and maintenance services of boilers;
3. Repair and maintenance services of cooler groups;
4. Refurbishment work;
5. Repair and maintenance services of electrical and mechanical building
installations;
6. Repair and maintenance services of building installations;
7. Boiler installation work;
8. Electrical services.
4) Indication about different date for duration of contract or
starting/completion
Starting 1.11.2012. Completion 31.10.2015
5) Additional information about lots
The University reserves the right to award the contract for the supply of
the respective service(s) arising out of this procurement process to none
or more than 1 supplier.
All information supplied in connection with this Invitation shall be
regarded as confidential and by submitting an offer, the Respondent(s)
agrees to be bound by the condition stated within this invitation and the
obligation to preserve the confidentiality of all such information.
The respondents acknowledges that the University is not liable for any
cost incurred and/or arising from their participant, leading up to the
submission of an ‘Offer’ for the tendered Lot(s).
Lot No: 3
Lot title: Building Cleaning Services
1) Short description
All inclusive provision of services associated with building cleaning:
1. Building-cleaning services
2. Miscellaneous cleaning services
3. Accommodation cleaning services
4. Office cleaning services
5. Feminine hygiene cleaning services.
2) Common procurement vocabulary (CPV)
90900000, 90919000, 90910000, 90911100, 90911200, 90911000, 90911300
3) Quantity or scope
Please note that the service categories set out above are not restrictive
or entirely subjective to the CPV codes and/or descriptions.
Reference to the CPV code should be used as guidance for the service type
being tendered. The contract will be for a minimum of 3 years with the
option of a further 12 months extension available.
Descriptions of the CPV codes are as follows:
1. Cleaning and sanitation services;
2. Accommodation cleaning services;
3. Building and window cleaning services;
4. Office, school and office equipment cleaning services;
5. Miscellaneous cleaning services.
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 28 April 12
Xtender Daily Alerts Document No 136571-2012 Original Language
28 April 12 EN - English
Page No
OJ Ref 83/2012 5
4) Indication about different date for duration of contract or
starting/completion
Starting 1.11.2012. Completion 31.10.2015
5) Additional information about lots
The University reserves the right to award the contract for the supply of
the respective service(s) arising out of this procurement process to none
or more than 1 supplier.
All information supplied in connection with this Invitation shall be
regarded as confidential and by submitting an offer, the Respondent(s)
agrees to be bound by the condition stated within this invitation and the
obligation to preserve the confidentiality of all such information.
The respondents acknowledges that the University is not liable for any
cost incurred and/or arising from their participant, leading up to the
submission of an ‘offer’ for the tendered lot(s).
Lot No: 4
Lot title: Pest Control Services
1) Short description
Provision for the delivery of services associated with Pest Control across
all the University sites. Please note that the service requirement is not
restrictive or entirely subjective to the listed CPV code or description.
2) Common procurement vocabulary (CPV)
90922000
3) Quantity or scope
Reference to the CPV codes should be used as guidance for the type of
service(s) requirement being tendered by the Organisation. The contract
will be for a minimum of 3 years with the option of a further 12 months
extension available.
4) Indication about different date for duration of contract or
starting/completion
Starting 1.11.2012. Completion 31.10.2015
5) Additional information about lots
The University reserves the right to award the contract for the supply of
the respective service(s) arising out of this procurement process to none
or more than 1 supplier.
All information supplied in connection with this invitation shall be
regarded as confidential and by submitting an offer, the Respondent(s)
agrees to be bound by the condition stated within this invitation and the
obligation to preserve the confidentiality of all such information.
The respondents acknowledges that the University is not liable for any
cost incurred and/or arising from their participant, leading up to the
submission of an ‘Offer’ for the tendered Lot(s).
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
A bond or parent company guarantee will be required for all the services
being tendered.
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 28 April 12
Xtender Daily Alerts Document No 136571-2012 Original Language
28 April 12 EN - English
Page No
OJ Ref 83/2012 6
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
Please refer to the tender documents.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
No special form is required, but the contractor, supplier or service
provider will be required to become jointly and severally responsible for
the contract before acceptance.
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: The Authority will apply all the offences listed in Article 45(1)
of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public
Contract Regulations (PCR) 2006 in the UK) and all of the professional
misconducts listed at Article 45(2) of Directive 2004/18/EC (see also
Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate
is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at
http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr.
Candidates will be required to answer these questions as part of the
qualification process. For candidates who are registered overseas, you
will need to declare if you have any offences/misconduct under your own
countries laws, where these laws are equivalent to the Regulation 23
lists.
Candidates who have been convicted of any of the offences under Article
45(1) are ineligible and will not be selected to bid, unless there are
overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or
misconduct under Article 45(2) may be excluded from being selected to bid
at the discretion of the Authority.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: (a) Appropriate statements from banks or, where appropriate,
evidence of relevant professional risk indemnity insurance
(b) The presentation of balance-sheets or extracts from the
balance-sheets, where publication of the balance-sheet is required under
the law of the country in which the economic operator is established
(c) A statement of the undertaking's overall turnover and, where
appropriate, of turnover in the area covered by the contract for a maximum
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 28 April 12
Xtender Daily Alerts Document No 136571-2012 Original Language
28 April 12 EN - English
Page No
OJ Ref 83/2012 7
of the last three financial years available, depending on the date on
which the undertaking was set up or the economic operator started trading,
as far as the information on these turnovers is available
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
(a) a list of the works carried out over the past five years, accompanied
by certificates of satisfactory execution for the most important works.
These certificates shall indicate the value, date and site of the works
and shall specify whether they were carried out according to the rules of
the trade and properly completed. Where appropriate, the competent
authority shall submit these certificates to the contracting authority
direct
(b) a list of the principal deliveries effected or the main services
provided in the past three years, with the sums, dates and recipients,
whether public or private, involved. Evidence of delivery and services
provided shall be given: - where the recipient was a contracting
authority, in the form of certificates issued or countersigned by the
competent authority, - where the recipient was a private purchaser, by the
purchaser's certification or, failing this, simply by a declaration by the
economic operator
(c) an indication of the technicians or technical bodies involved, whether
or not belonging directly to the economic operator's undertaking,
especially those responsible for quality control and, in the case of
public works contracts, those upon whom the contractor can call in order
to carry out the work
(d) A description of the technical facilities and measures used by the
supplier or service provider for ensuring quality and the undertaking's
study and research facilities
(e) Where the products or services to be supplied are complex or,
exceptionally, are required for a special purpose, a check carried out by
the contracting authorities or on their behalf by a competent official
body of the country in which the supplier or service provider is
established, subject to that body's agreement, on the production
capacities of the supplier or the technical capacity of the service
provider and, if necessary, on the means of study and research which are
available to it and the quality control measures it will operate
(f) The educational and professional qualifications of the service
provider or contractor and/or those of the undertaking's managerial staff
and, in particular, those of the person or persons responsible for
providing the services or managing the work
(g) For public works contracts and public services contracts, and only in
appropriate cases, an indication of the environmental management measures
that the economic operator will be able to apply when performing the
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 28 April 12
Xtender Daily Alerts Document No 136571-2012 Original Language
28 April 12 EN - English
Page No
OJ Ref 83/2012 8
contract
(h) A statement of the average annual manpower of the service provider or
contractor and the number of managerial staff for the last three years
(i) A statement of the tools, plant or technical equipment available to
the service provider or contractor for carrying out the contract
(j) An indication of the proportion of the contract which the services
provider intends possibly to subcontract
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
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
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged minimum number 5: and maximum number 6
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:
UAL138/04/2012
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: 6.6.2012 - 17:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
10.7.2012 - 17:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
20.8.2012
IV.3.6) Language(s) in which tenders or requests to participate may be
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 28 April 12
Xtender Daily Alerts Document No 136571-2012 Original Language
28 April 12 EN - English
Page No
OJ Ref 83/2012 9
drawn up
English.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information
The contracting authority considers that this contract may be suitable for
economic operators that are smaller medium enterprises (SMEs). However,
any selection of prospective tenderers will be based solely on the
criteria set out for the procurement, and the contract will be awarded on
the basis of the most economically advantageous tender.
1. Suppliers must read through the complete set of instructions and follow
the process before responding to this tender.
2. This contract will be tendered online using BiP Solutions' Delta-Ets
service.
3. The information and/or documents for this opportunity are available on
https://www.delta-esourcing.com/delta.
4. You must register on the website listed above to respond, if you are
already registered you will not need to register again, simply use your
existing username and password.
5. Please note there is a password reminder link on the homepage.
6. Suppliers must log in, go to your Response Manager and add the
following Access Code: 5556TCB5FH
7. The University will release the Pre-Qualification Questionnaire,
Evaluation Methodology & Scoring Matrix on or after the 6.6.2012, through
the Delta ETS Portal.
8. The deadline for submitting your electronic response(s) to the
documents referred above is scheduled for the 21.6.2012 at 17:00hrs.
9. Please ensure that you allow yourself plenty of time when responding to
this OJEU notice prior to the closing date and time, especially if you
have been asked to upload documents.
10. If you experience any technical difficulties please contact the Delta
eSourcing Helpdesk on call +44 8452707050 or email
helpdesk@delta-esourcing.com.
11. All tenders must be in sterling GBP and the resulting contract will be
subject to English law.
12. The Offeror acknowledge the fact that by responding to the advert, the
University is not liable for any cost incurred throughout the Procurement
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 28 April 12
Xtender Daily Alerts Document No 136571-2012 Original Language
28 April 12 EN - English
Page No
OJ Ref 83/2012 10
exercise.
13. The University does not bind itself to accept the lowest or any offer
and reserves the right to accept an offer either in whole or in part, each
service requirements for this purpose treated as being tendered
separately.
14. The University reserves the right to award the contract for the supply
of the requirement(s) detailed herein and arising out of this procurement
process to none or more than 1 supplier.
15. All information supplied in connection with this OJEU notice shall be
regarded as confidential and by submitting an offer; the Respondent agrees
to be bound by the condition stated in the descriptive documents and the
obligation to preserve the confidentiality of all such information.
16. If you have any question in relation to this advert, the contact
details for the Head of Procurement at the University is as follows:
Ray Lallmahamood (MCIPS).
Head of Procurement.
University of the Arts London.
1 Granary Square,
5th floor, Granary Building,
London N1C 4AA.
United Kingdom.
T+44 2075148401.
F+44 2075146095.
M+44 7736055486.
E r.lallmahamood@arts.ac.uk GO Reference: GO-2012425-PRO-3880413.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
The University of the Arts London
1 Granary Square, 5th Floor, Granary Building
N1C 4AA London
UNITED KINGDOM
E-mail: r.lallmahamood@arts.ac.uk
Telephone: +44 2075148401
Internet address: http://www.arts.ac.uk/
Fax: +44 2075146095
Body responsible for mediation procedures
DRS-CIArb, on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
E-mail: padre@drs-ciarb.com
Telephone: +44 8452707055
Internet address: www.padre.org.uk
VI.4.3) Service from which information about the lodging of appeals may
be obtained
DRS-CIArb, on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
Xtender Ltd UK 0800 043 0289 IRL +353 1 8293500 Produced on 28 April 12
Xtender Daily Alerts Document No 136571-2012 Original Language
28 April 12 EN - English
Page No
OJ Ref 83/2012 11
E-mail: padre@drs-ciarb.com
Telephone: +44 8452707055
Internet address: www.padre.org.uk
VI.5) Date of dispatch of this notice:
25.4.2012