Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff Metropolitan University
Llandaff Campus, Western Avenue, Llandaff
Cardiff
CF5 2YB
UK
Telephone: +44 2920417310
E-mail: purchasing@cardiffmet.ac.uk
NUTS: UKL22
Internet address(es)
Main address: http://www.cardiffmet.ac.uk/procurement/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0259
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/cardiffmet/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/cardiffmet/aspx/Home
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://in-tendhost.co.uk/cardiffmet/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
Cleaning Services
Reference number: ITT/21/001
II.1.2) Main CPV code
90910000
II.1.3) Type of contract
Services
II.1.4) Short description
Cleaning of the University's premises as identified in the Tender Documents.
II.1.5) Estimated total value
Value excluding VAT:
4 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90911200
90911300
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff
II.2.4) Description of the procurement
The contract requires the cleaning of all the University’s premises, which are approximately 68,000 m2. The estate ranges from traditional offices, teaching spaces to laboratories and sporting facilities. The contract will also include twice yearly window cleaning; a twice-yearly specialist clean of the Podiatry Department, light waste removal duties and carpet cleaning as required. The cleaning services are required for 51 weeks of the year, apart from our sports facilities areas which are open to the public and require a cleaning service for 52 weeks of the year.
The successful Contractor will be required to provide all cleaning materials and consumables, cleaning machinery and staff uniforms.
In the first year of the Contract we are seeking bids for what we are defining as a “high level” clean to support the current Covid-19 pandemic cleaning requirements. From year two onwards we will require, what we are defining, as a “standard” level of cleaning which represents the pre-Covid 19 level of cleaning.
As the duration of the requirement for a high level Covid clean remains unknown due to changing legislative polices, guidance and vaccine roll-outs, the University reserves the right to amend this requirement as appropriate to respond to Covid and may during the duration of the Contract change the time-frames for the specifications to mirror the changing situation with Covid-19.
The standard level of cleaning will be a lower specification and will require changes to the Services and frequency of duties. We will work with the successful Contractor to deliver these changes. The tender document provides more detailed information on these requirements.
The University is an accredited Living Wage provider and wants to achieve fair and non-exploitative practices within this contract. Staff currently employed on this key out-sourced contract are paid the Living Wage (as defined by the Living Wage Foundation) by the incumbent contractor. The University will therefore require any new successful Contractor to continue to pay those staff who work on this contract the Living Wage.
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:
4 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Two, one year contract extensions are available subject to performance and allied to our sustainable development requirements. A 3 year contract with two options.
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
List and brief description of selection criteria:
Selection criteria are detailed in the selection questionnaire / single procurement document.
Minimum level(s) of standards required:
A minimum annual turnover threshold for the last financial year is set 7,000,000.00 GBP.
An Acid test ratio of 1 is required from your last set of audited accounts.
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:
19/02/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/02/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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=104973.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
non-core. Contractors are required to outline a Community Benefits Plan as part of their tender submission and reporting on this will form part of the contract management process with the successful Contractor.
(WA Ref:104973)
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
08/01/2021