By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

156/CG Widow Cleaning Services for University of Sheffield = Main Campus, Accommodation and Commercial Services Buildings.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University of Sheffield
Level 5, Arts Tower
For the attention of: Chris Gratton
S10 2TN Sheffield
UNITED KINGDOM
Telephone: +44 1142229077
E-mail:

Internet address(es):

General address of the contracting authority: www.sheffield.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/sheffield

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
156/CG Widow Cleaning Services for University of Sheffield = Main Campus, Accommodation and Commercial Services Buildings.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: The University of Sheffield.

NUTS code UKE32

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Window Cleaning Service University of Sheffield.
The UoS requires an innovative and customer facing Contractor to undertake its Window Cleaning Service. The works comprises the cleaning of windows internally and externally to the University Buildings, in the most cost effective and safety conscious methods suitable to each individual building.
This will be a 2 year contract with a possible 2 year extension in annual increments.
The return date for the Tender shall be the 16.4.2015.

This is an EU open procurement procedure. The tender can be downloaded by registering and expressing your interest on the University's e-tendering system https://in-tendhost.co.uk/Sheffield

Completed tenders must be returned by the same e tendering system.

If you have any questions or comments in relation to this tender they must be submitted via the Intend system, this can be accessed at https://in-tendhost.co.uk/Sheffield

The Cleaning Services shall be divided into two lots.
Lot 1 Main Campus.
Lot 2 Accommodation and Commercial Services.
A Contractor may wish to be considered for one or both lots. He should indicate his intention to do so.
This procurement is an open procedure and 2 stages are carried out simultaneously through your responses to this Invitation to Tender.
The answers you supply about your organisational standing, capacity and capability will be evaluated first according to the selection criteria supplied. The responses will be assessed used to select those going forward to the second stage for each lot.
The top 5 scoring bidders for each lot will proceed to the second stage and have their tenders evaluated according to the award criteria supplied. You should note that, if you are not within the top 5 bidders at the first stage for the lot, your tender proposal will not be evaluated.
Due to the complex nature of some University Buildings external access is often obtained by using Rope Access, MEWP and water fed Poles. The University has a number of buildings with Radio (Telephone masts, Gas Flues, Observatories and plantations present on roofs limiting the access) methods of work available.
To gain an understanding of the unique nature of some University Buildings It shall be mandatory that tenderers visit site for the Lot(s) they are bidding for, to gain an understanding of the work involved, access issues, health and safety requirements and methods of cleaning.
The University proposes to undertake guided tours of the Sitran and Chemistry Buildings for Lot 1 main Campus and a General Tour of the Lot 2 Accommodation and Commercial Buildings to assist in drafting RAMS during week commencing 14.3.2015.
Those who do not visit site in the proposed week or who have not made alternate arrangements to visit site without a good reason will be deemed non compliant and disqualified from the tender process.
The University has an open access policy it is recommended that in addition to attending the guided tour the tenderer undertakes its own tour/survey of the estate.
For Lot 1 Main Campus.
It is proposed to hold guided tours / site visits:
Week commencing 16.3.2015.
To confirm attendance and arrange a time of meeting, date and meeting point they should contact:
Beatrice Taylor (Facilities Manager).
T: +44 114 222 8915.

E-mail:

For Lot 2 Accommodation and Commercial Services.
It is proposed to hold guided tours / site visits:
Week commencing 16.3.2015.
To confirm attendance and arrange a time of meeting date and meeting point they should contact:
Jenny Marshall (Contracts and Facilities Manager - ACS).
T: +44 114 222 8954.

Email:

Should Contractors feel they need additional site visits or they have questions pertinent to the building they have visited they should contact the above mentioned FM.
Due to the nature of the tour and some areas accessed High Viz Jackets are to be worn.
II.1.6)Common procurement vocabulary (CPV)

90911000, 90911300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Main Campus
1)Short description
Cleaning Windows Internally and Externally on University main Campus in line with Schedule.
2)Common procurement vocabulary (CPV)

90911000, 90911300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As per tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per tender documents.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As per tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per tender documents.
Minimum level(s) of standards possibly required: As per tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per tender documents.
Minimum level(s) of standards possibly required:
As per tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
156/CG
IV.3.2)Previous publication(s) concerning the same contract

Other previous publications

Notice number in the OJEU: 2014/S 157-283069 of 14.8.2014

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.4.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 16.4.2015

Place:

Sheffield University Procurement Office

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representative from the University of Sheffield Procurement Team.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting Authority will incorporate a minimum 10 day standstill period at the point information on the award of contract is communicated to tenderers. This allows unsuccessful tenderes to seek a further debriefing before the contract is entered in to. If an appeal regarding the award of contract cannot be resolved, the public contracts regulations 2006 (as amended)provide for aggrieved parties to take action in the High Court (England,Wales and Northern Ireland) Any such action should be brought promptly (generally within 30 days).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.2.2015