UK-Leeds: Floor coverings.

UK-Leeds: Floor coverings.
Section I: Contracting Authority
I.1) Name and addresses
University of Leeds
Purchasing Office, 29 - 31 Cromer Terrace, Leeds, LS2 9JU, United Kingdom
Tel. +44 1133437534, Email: r.trimble@adm.leeds.ac.uk
Contact: Richard Trimble
Main Address: www.leeds.ac.uk, Address of the buyer profile: www.leeds.ac.uk
NUTS Code: UKE42
I.2) Joint procurement
The contract involves joint procurement: No.
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: No.
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:-Floor-coverings./3SQJNB24ZB
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/3SQJNB24ZB 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: http://www.delta-esourcing.com/tenders/UK-title/3SQJNB24ZB
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: Z/3055 The Supply, Installation & Maintenance of Floor Coverings
Reference Number: Z/3055
II.1.2) Main CPV Code:
44112200 - Floor coverings.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Supply and Fitting of Floor Coverings General hard and soft floor covering replacement and repairs to Academic properties and Residential accommodation to all University Main Campus sites and remote properties. The work will comprise replacement and repair of both hard and soft sheet and tile floor coverings.
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: This tender is being conducted as an Open Procedure in compliance with regulation 27 of the Public Contract Regulation 2015. Selection questions will be applied and presented in the format of a Standard Selection Questionnaire (SSQ). The SSQ is being used to test that suppliers meet minimum levels of suitability. All suppliers wishing to be considered for this contract must complete the SQQ and submit this along with the tender submission
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Flooring Services - Organisation & Operational Methods / Weighting: 17
Quality criterion - Name: Flooring Services – Quality Systems & Procedures / Weighting: 17
Quality criterion - Name: Occupied Premises - Conduct, Appearance & Operating / Weighting: 10
Quality criterion - Name: Health & Safety / Weighting: 7
Quality criterion - Name: Sustainability / Weighting: 7
Quality criterion - Name: Performance Reporting - Customer Satisfaction & Key Performance Indicators (KPIs) / Weighting: 10
Quality criterion - Name: HEALTH & SAFETY / Weighting: 10
Quality criterion - Name: SUSTAINABILITY. / Weighting: 10
Quality criterion - Name: CUSTOMER SATISFACTION & KEY PERFORMANCE INDICATORS (KPIs) / Weighting: 10

Cost criterion - Name: Cost Criteria / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: 2 + 1 + 1

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: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


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
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.1.3) 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 - NO
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: No
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: 24/01/2018 Time: 12:00

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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 24/01/2018
Time: 12:00


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 Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Floor-coverings./3SQJNB24ZB

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/3SQJNB24ZB
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477882
Internet address: http://www.justice.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 14/12/2017

Annex A