UK-Leeds: Window-cleaning services.

UK-Leeds: Window-cleaning services.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871765, Email: s.wells@neupc.ac.uk
Contact: Sam Wells
Main Address: https://www.neupc.ac.uk/our-members, Address of the buyer profile: https://www.neupc.ac.uk/our-members
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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Window-cleaning-services./22Y96B6Y22
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Window-cleaning-services./22Y96B6Y22 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: Window Cleaning Services
Reference Number: Not provided
II.1.2) Main CPV Code:
90911300 - Window-cleaning services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: NEUPC is seeking to award a Framework Agreement for the provision of internal and external window cleaning services, roof lights, canopies, bridges, power hosing, abseiling services, shelters, signs and other cleaning services. This list is not exhaustive and includes other cleaning services. Universities, and other NEUPC and NWUPC members, may choose to call off from this framework for regular services or one off requirements, such as post construction cleaning or pre-graduation cleaning. This agreement will be made available for use by the listed consortia and all of their respective member institutions, regardless of whether or not they are to be defined as contracting authorities for the purpose of PCR 2015. It is possible 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 research bodies. All funding assessed under this framework will be considered comp
II.1.5) Estimated total value:
Value excluding VAT: 12,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Yorkshire and Humberside
Lot No: 1
II.2.2) Additional CPV codes:
90911300 - Window-cleaning services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of internal and external window cleaning services, roof lights, canopies, bridges, power hosing, abseiling services, shelters, signs and other cleaning services. This list is not exhaustive and includes other cleaning services. Universities, and other NEUPC and NWUPC members, may choose to call off from this framework for regular services or one off requirements, such as post construction cleaning or pre-graduation cleaning. This agreement will be made available for use by the listed consortia and all of their respective member institutions, regardless of whether or not they are to be defined as contracting authorities for the purpose of PCR 2015. It is possible 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 research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Account Management / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 16
Quality criterion - Name: Site Management / Weighting: 12
Quality criterion - Name: Marketing / Weighting: 2
Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 5
Quality criterion - Name: Sustainability - Modern Slavery / Weighting: 4
Quality criterion - Name: Sustainability - Equality / Weighting: 1

Price - Weighting: 50

II.2.6) Estimated value:
Value excluding VAT: 3,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 02/12/2019 / End: 01/12/2023
This contract is subject to renewal: Yes
Description of renewals: Any Framework Agreement concluded as a result of this ITT will be for a period of 4 years, commencing 2nd December 2019 for an initial term of 3 years with a possible extension of 1 year in accordance with the OJEU contract notice and the terms of any Framework Agreement.

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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.
II.2) Description Lot No. 2

II.2.1) Title: East Midlands
Lot No: 2
II.2.2) Additional CPV codes:
90911300 - Window-cleaning services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of internal and external window cleaning services, roof lights, canopies, bridges, power hosing, abseiling services, shelters, signs and other cleaning services. This list is not exhaustive and includes other cleaning services. Universities, and other NEUPC and NWUPC members, may choose to call off from this framework for regular services or one off requirements, such as post construction cleaning or pre-graduation cleaning. This agreement will be made available for use by the listed consortia and all of their respective member institutions, regardless of whether or not they are to be defined as contracting authorities for the purpose of PCR 2015. It is possible 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 research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Account Managerment / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 16
Quality criterion - Name: Site Management / Weighting: 12
Quality criterion - Name: Marketing / Weighting: 2
Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 5
Quality criterion - Name: Sustainability - Modern Slavery / Weighting: 4
Quality criterion - Name: Sustainability - Equality / Weighting: 1

Price - Weighting: 50

II.2.6) Estimated value:
Value excluding VAT: 1,600,000
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: Any Framework Agreement concluded as a result of this ITT will be for a period of 4 years, commencing 2nd December 2019 for an initial term of 3 years with a possible extension of 1 year in accordance with the OJEU contract notice and the terms of any Framework Agreement.

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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.
II.2) Description Lot No. 3

II.2.1) Title: West Midlands
Lot No: 3
II.2.2) Additional CPV codes:
90911300 - Window-cleaning services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of internal and external window cleaning services, roof lights, canopies, bridges, power hosing, abseiling services, shelters, signs and other cleaning services. This list is not exhaustive and includes other cleaning services. Universities, and other NEUPC and NWUPC members, may choose to call off from this framework for regular services or one off requirements, such as post construction cleaning or pre-graduation cleaning. This agreement will be made available for use by the listed consortia and all of their respective member institutions, regardless of whether or not they are to be defined as contracting authorities for the purpose of PCR 2015. It is possible 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 research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Account Management / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 16
Quality criterion - Name: Site Management / Weighting: 12
Quality criterion - Name: Marketing / Weighting: 2
Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 5
Quality criterion - Name: Sustainability - Modern Slavery / Weighting: 4
Quality criterion - Name: Sustainability - Equality / Weighting: 1

Price - Weighting: 50

II.2.6) Estimated value:
Value excluding VAT: 1,400,000
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: Any Framework Agreement concluded as a result of this ITT will be for a period of 4 years, commencing 2nd December 2019 for an initial term of 3 years with a possible extension of 1 year in accordance with the OJEU contract notice and the terms of any Framework Agreement.

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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.
II.2) Description Lot No. 4

II.2.1) Title: Cheshire, Merseyside and North Wales
Lot No: 4
II.2.2) Additional CPV codes:
90911300 - Window-cleaning services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of internal and external window cleaning services, roof lights, canopies, bridges, power hosing, abseiling services, shelters, signs and other cleaning services. This list is not exhaustive and includes other cleaning services. Universities, and other NEUPC and NWUPC members, may choose to call off from this framework for regular services or one off requirements, such as post construction cleaning or pre-graduation cleaning. This agreement will be made available for use by the listed consortia and all of their respective member institutions, regardless of whether or not they are to be defined as contracting authorities for the purpose of PCR 2015. It is possible 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 research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Account Management / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 16
Quality criterion - Name: Site Management / Weighting: 12
Quality criterion - Name: Marketing / Weighting: 2
Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 5
Quality criterion - Name: Sustainability - Modern Slavery / Weighting: 4
Quality criterion - Name: Sustainability - Equality / Weighting: 1

Price - Weighting: 50

II.2.6) Estimated value:
Value excluding VAT: 2,200,000
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: Any Framework Agreement concluded as a result of this ITT will be for a period of 4 years, commencing 2nd December 2019 for an initial term of 3 years with a possible extension of 1 year in accordance with the OJEU contract notice and the terms of any Framework Agreement.

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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.
II.2) Description Lot No. 5

II.2.1) Title: North West
Lot No: 5
II.2.2) Additional CPV codes:
90911300 - Window-cleaning services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of internal and external window cleaning services, roof lights, canopies, bridges, power hosing, abseiling services, shelters, signs and other cleaning services. This list is not exhaustive and includes other cleaning services. Universities, and other NEUPC and NWUPC members, may choose to call off from this framework for regular services or one off requirements, such as post construction cleaning or pre-graduation cleaning. This agreement will be made available for use by the listed consortia and all of their respective member institutions, regardless of whether or not they are to be defined as contracting authorities for the purpose of PCR 2015. It is possible 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 research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Account Management / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 16
Quality criterion - Name: Site Management / Weighting: 12
Quality criterion - Name: Marketing / Weighting: 2
Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 5
Quality criterion - Name: Sustainability - Modern Slavery / Weighting: 4
Quality criterion - Name: Sustainability / Weighting: 1

Price - Weighting: 50

II.2.6) Estimated value:
Value excluding VAT: 2,500,000
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: Any Framework Agreement concluded as a result of this ITT will be for a period of 4 years, commencing 2nd December 2019 for an initial term of 3 years with a possible extension of 1 year in accordance with the OJEU contract notice and the terms of any Framework Agreement.

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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.
II.2) Description Lot No. 6

II.2.1) Title: Northern Ireland
Lot No: 6
II.2.2) Additional CPV codes:
90911300 - Window-cleaning services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: NEUPC is seeking to award a Framework Agreement for the provision of internal and external window cleaning services, roof lights, canopies, bridges, power hosing, abseiling services, shelters, signs and other cleaning services. This list is not exhaustive and includes other cleaning services. Universities, and other NEUPC and NWUPC members, may choose to call off from this framework for regular services or one off requirements, such as post construction cleaning or pre-graduation cleaning. This agreement will be made available for use by the listed consortia and all of their respective member institutions, regardless of whether or not they are to be defined as contracting authorities for the purpose of PCR 2015. It is possible 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 research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Account Management / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 16
Quality criterion - Name: Site Management / Weighting: 12
Quality criterion - Name: Marketing / Weighting: 2
Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 5
Quality criterion - Name: Sustainability - Modern Slavery / Weighting: 4
Quality criterion - Name: Sustainability - Equality / Weighting: 1

Price - Weighting: 50

II.2.6) Estimated value:
Value excluding VAT: 500,000
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: Any Framework Agreement concluded as a result of this ITT will be for a period of 4 years, commencing 2nd December 2019 for an initial term of 3 years with a possible extension of 1 year in accordance with the OJEU contract notice and the terms of any Framework Agreement.

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: NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any support documentation.


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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 24
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: 17/10/2019 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): 6

IV.2.7) Conditions for opening of tenders:
Date: 17/10/2019
Time: 14:00


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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Window-cleaning-services./22Y96B6Y22

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/22Y96B6Y22
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871750, Email: s.wells@neupc.ac.uk
Internet address: https://www.neupc.ac.uk/
VI.4.2) Body responsible for mediation procedures:
CENTRE FOR EFFECTIVE DISPUTE RESOLUTION LIMITED
INTERNATIONAL DISPUTE RESOLUTION CENTRE, 70 FLEET STREET, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
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: 17/09/2019

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 Western Universities Purchasing Consortium
Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
Tel. +44 1612348016, Email: sarah.dye@manchester.ac.uk
Contact: Sarah Dye
Main Address: https://www.nwupc.ac.uk/
NUTS Code: UK