UK-Leeds: Cleaning services.

UK-Leeds: Cleaning services.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 1133443958, Email: a.d.hughes@leeds.ac.uk
Main Address: http://www.neupc.ac.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Cleaning-services./FV8AX7E967
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://neupc.delta-esourcing.com/ to the abovementioned address
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: Not provided
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: Deep and Specialist Cleaning Services
Reference Number: EFM2008 NE
II.1.2) Main CPV Code:
90910000 - Cleaning services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Bidders will be expected to be able to provide Deep and Specialist Cleaning Services for at minimum Student Accommodation and one further specialism including but not limited to:
Student accommodation (bedrooms, bathrooms and student kitchens)
Sports Facilities
Offices (Including general office facilities such as toilets and small kitchens)
Conference Facilities
Commercial Kitchens
Removal of graffiti (Internal and External)
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
90900000 - Cleaning and sanitation services.
90910000 - Cleaning services.
90911000 - Accommodation, building and window cleaning services.
90911100 - Accommodation cleaning services.
90911200 - Building-cleaning services.
90919000 - Office, school and office equipment cleaning services.
90919100 - Cleaning services of office equipment.
90919200 - Office cleaning services.
90919300 - School cleaning services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Bidders will be expected to be able to provide Deep and Specialist Cleaning Services for at minimum Student Accommodation and one further specialism including but not limited to:
Student accommodation (bedrooms, bathrooms and student kitchens)
Sports Facilities
Offices (Including general office facilities such as toilets and small kitchens)
Conference Facilities
Commercial Kitchens
Removal of graffiti (Internal and External)
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Capability / Weighting: 32
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Marketing / Weighting: 3
Quality criterion - Name: Contract Management / Weighting: 5

Cost criterion - Name: Schedule of Rates / Weighting: 45
Cost criterion - Name: Added Value / Weighting: 5

II.2.6) Estimated value:
Value excluding VAT: 20,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Potential 12 month extension

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union ( EU) funding and (ERDF/ESF) and potentially other
II.2.14) Additional information: This agreement will be open to universities and their partners regardless of whether or no they are to be defined as contracting authorities for the purpose of the PCR 2015


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 05/04/2018 Time: 11:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 05/04/2018
Time: 13:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
This Framework is being tendered on behalf of members of the following organisations

NEUPC http://www.neupc.ac.uk/our-members

NWUPC http://www.nwupc.ac.uk/our-members

This agreement will be open to universities and their partners regardless of whether or no they are to be defined as contracting authorities for the purpose of the PCR 2015
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Cleaning-services./FV8AX7E967

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/FV8AX7E967
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 1133443958
VI.4.2) Body responsible for mediation procedures:
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 1133443958
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 1133443958
VI.5) Date Of Dispatch Of This Notice: 05/03/2018

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
North West Universities Purchasing Consortia
Albert House, Bloom St, Manchester, M1 3HZ, United Kingdom
Email: s.dye@manchester.ac.uk
Main Address: http://www.nwupc.ac.uk/
NUTS Code: UK