Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UK
Telephone: +44 2920879648
E-mail: Paynterjk@cardiff.ac.uk
NUTS: UKL
Internet address(es)
Main address: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Site 4 (JOMEC) Cleaning
Reference number: CU.665.JP
II.1.2) Main CPV code
90919200
II.1.3) Type of contract
Services
II.1.4) Short description
The aim of the procurement process is to establish a Cleaning Services Contract for Cardiff University JOMEC premises detailed in the service specification. Location is detailed below:
JOMEC – Central Square, Cardiff.
The overall purpose is to provide a clean, tidy premises that reflects Cardiff University’s needs. All work shall be carried out in such a way as to leave the whole of each building in a clean and tidy condition at all times.
The cleaning service should be consistent with the good practice and standards as follows:
The overall impressions for any persons approaching and entering the university premises should be positive and inviting.
The facility must be a healthy, safe and clean place for all to use.
For aesthetic as well as health and safety reasons, cleanliness must be of an adequate standard.
Cleaning methods used should be environmentally sound with minimal use of chemicals.
II.1.5) Estimated total value
Value excluding VAT:
561 908.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90919200
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff
II.2.4) Description of the procurement
The aim of the procurement process is to establish a Cleaning Services Contract for Cardiff University JOMEC premises detailed in the service specification. Location is detailed below:
JOMEC – Central Square, Cardiff.
The overall purpose is to provide a clean, tidy premises that reflects Cardiff University’s needs. All work shall be carried out in such a way as to leave the whole of each building in a clean and tidy condition at all times.
The cleaning service should be consistent with the good practice and standards as follows:
The overall impressions for any persons approaching and entering the university premises should be positive and inviting.
The facility must be a healthy, safe and clean place for all to use.
For aesthetic as well as health and safety reasons, cleanliness must be of an adequate standard.
Cleaning methods used should be environmentally sound with minimal use of chemicals.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
562 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
3 x 12 Month extension options available up to 28th Jan 2027
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/11/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/11/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
September 2026
VI.3) Additional information
The procurement documents will be available via In-tend until 3rd Nov 2021 then access will be closed.
Site visits are a mandatory requirement and will take place on 15th/16th November 2021- Full details are contained
in the ITT documents.
All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.
The University reserves the right to award the contract in whole or in part.
The University reserves the right to annul the tendering process and not award any contract.
All documents to be priced in GBP and all payments made in GBP.
All documents to be priced in GBP excluding VA
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=114551.
(WA Ref:114551)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
04/10/2021