Section one: Contracting authority
one.1) Name and addresses
The Courtauld Institute of Art
Somerset House, Strand
London
WC2R 0RN
Contact
Claire Sadler
Telephone
+44 7936914750
Country
United Kingdom
NUTS code
UKI - LONDON
National registration number
4464432
Internet address(es)
Main address
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 and Associated Services
Reference number
426639836
two.1.2) Main CPV code
- 90910000 - Cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
Routine, periodic and reactive cleaning of The Courtauld Institute of Art's premises including its residential accommodation and summer residential bedroom servicing, and associated services - window cleaning, waste management, feminine hygiene, pest control, consumables supply, and portering services.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,220,282.99
two.2) Description
two.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
- 90922000 - Pest-control services
- 90911300 - Window-cleaning services
- 85142300 - Hygiene services
- 90500000 - Refuse and waste related services
- 98341120 - Portering services
- 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
- 33711900 - Soap
- 98341110 - Housekeeping services
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
Main site or place of performance
LONDON
two.2.4) Description of the procurement
The Cleaning and Associated Services Supplier procurement is for a 5-year contract commencing in August 2020 to provide full internal (and where indicated external) routine, periodic and reactive cleaning of The Courtauld's premises including its residential accommodation (until Summer 2021), window cleaning, waste management, feminine hygiene and related services, pest control, client consumables supply, portering services and summer residential bedroom servicing (until Summer 2021).
A full specification is located in Annex 2 to the ITT with general requirements in Part A including service objectives, mobilisation, contract management and KPIs, response times, and other general requirements, and service specific requirements in Part B.
To enable The Courtauld to complete its transformational project Courtauld Connects, the size and use of The Courtauld’s property portfolio has evolved and will continue to do so over the next 5-year period. The change is primarily driven by the requirement to temporarily vacate the North Block of Somerset House in Phases to complete an extensive refurbishment and remodelling of the premises. Phase 1 works have commenced and are due to complete late 2020, with the refurbished Gallery opening Spring 2021. This will be followed by the completion of Phase 2 works by Autumn 2022, enabling The Courtauld university activities to move back to Somerset House from the current temporary campus (Vernon Square), which is it anticipated will be vacated late 2022. In parallel Duchy House will be temporarily vacated in Summer 2021 for refurbishment with re-occupation from Summer 2022.
The table in ITT Annex 2 Specification sets out the estimated Service periods across the Premises for the Contract Term, but this is subject to change due to the above works. The Pricing Schedule splits the costs for each element of the Service into separate parts of the Premises, thus providing a methodology to calculate the pricing in any given scenario.
The Service is split into Core Services (based on a fixed price) and Additional Services (based on rates in the Pricing Schedule) which will be called off as required. The estimated Contract Value stated in the Contract Notice includes approximately £30k per annum of Additional Services, but this is an estimate only and actuals may vary. The Contract Value also excludes any annual pricing increases which are provided for within the Terms and Conditions of Contract at ITT Annex 1.
This statement and the pricing methodology are provided to meet the requirements of Regulation 72 of the Public Contract Regulations 2015 in respect of changes to the Services over the Contract Term.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
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
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/R566A65R37
Please note that the draft ITT documents are provided for information only at SQ stage - potential suppliers should NOT return tender documents at the SQ stage. Shortlisted suppliers from the SQ stage will be invited to the next (ITT) stage.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 022-048750
Section five. Award of contract
Contract No
426639836
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 October 2020
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
DOC Cleaning Limited
46-54 High Street, Ingatestone
Essex
CM4 9DW
Telephone
+44 1279944332
Country
United Kingdom
NUTS code
- UKH3 - Essex
National registration number
04384324
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,650,000
Total value of the contract/lot: £1,220,282.99
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Value excluding VAT: £241,436.54
Short description of the part of the contract to be subcontracted
-Waste Management Service
-Consumables Supply
-Pest Control
-Feminine Hygiene Services
-Window Cleaning
Section six. Complementary information
six.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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=562208716
GO Reference: GO-2021120-PRO-17670864
six.4) Procedures for review
six.4.1) Review body
The Courtauld
Somerset House, Strand
London
WC2R 0RN
Telephone
+44 20739477777
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Courtauld
Somerset House, Strand
London
WC2R 0RN
Telephone
+44 20739477777
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The Courtauld
London
Country
United Kingdom