Tender

Cleaning Services

  • Cardiff Metropolitan University

F02: Contract notice

Notice identifier: 2021/S 000-000351

Procurement identifier (OCID): ocds-h6vhtk-0288b3

Published 8 January 2021, 12:40pm



Section one: Contracting authority

one.1) Name and addresses

Cardiff Metropolitan University

Llandaff Campus, Western Avenue, Llandaff

Cardiff

CF5 2YB

Email

purchasing@cardiffmet.ac.uk

Telephone

+44 2920417310

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

http://www.cardiffmet.ac.uk/procurement/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0259

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cleaning Services

Reference number

ITT/21/001

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

Cleaning of the University's premises as identified in the Tender Documents.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90911200 - Building-cleaning services
  • 90911300 - Window-cleaning services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Cardiff

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 possibly 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.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 February 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

19 February 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom