Section one: Contracting authority
one.1) Name and addresses
UK Biocentre Ltd
Unit 2-3 Bradbourne Drive, Java Park,Tilbrook
Milton Keynes
MK7 8AT
Country
United Kingdom
NUTS code
UKJ12 - Milton Keynes
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA38249
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Daily Cleaning Services
Reference number
UKBC004
two.1.2) Main CPV code
- 90911200 - Building-cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
UK Biocentre (UKBC) requires the provision of cleaning services at its facility located at [Unit 2-3 Bradbourne Drive, Java Park, Tilbrook in Milton Keynes]. The scope of cleaning services required includes cleaning of the following spaces: offices, kitchens, toilets, corridors and warehouses but specifically excludes the cleaning of laboratory spaces. Further detail is set out in the Specification which is provided as part of the procurement documents.
The facility in Milton Keynes is an operational healthcare testing centre that is currently operating every day on a 24/7 basis. The volume of services will need to be amended over time to reflect the needs of UK Biocentre’s core business including the development of operations and future projects as well as the wind-down of operational hours once the COVID-19 testing service is no longer required or required to the same testing capacity.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90911000 - Accommodation, building and window cleaning services
- 90919200 - Office cleaning services
two.2.3) Place of performance
NUTS codes
- UKJ12 - Milton Keynes
two.2.4) Description of the procurement
As set out in Section II.1.4, UKBC requires the provision of cleaning services at its facility in Milton Keynes. Service commencement is envisaged to be 1 August 2021.
The minimum requirements of the cleaning services required by UKBC are as follows:
Cleaning staff – sufficient cleaning staff must be provided to complete the cleaning services, including cover for holidays, sickness and other absences. All staff must be DBS Checked and have appropriate work permits if required, and the Supplier must meet the requirements of the Modern Slavery Act. Sufficient staff need to be supplied to complete all cleaning services, and staff need to be onsite 24/7 to cover hourly cleaning requirements.
Cleaning equipment – any equipment required by the cleaning staff to carry out cleaning to the required standards within required time.
Cleaning to be scheduled to support operations on a 24hr basis over three shifts 08:00 - 16:00, 16:00 - 24:00, 24:00 - 08:00 Monday to Sunday.
Note that the scope of the cleaning services required by UKBC specifically excludes the cleaning of laboratories. Consumables will be sourced outside this contract and made available to the Supplier on request.
Further details are set out in the Specification provided as part of the procurement documents.
two.2.5) Award criteria
Quality criterion - Name: Service and Quality / Weighting: 25
Quality criterion - Name: Assurance of Supply / Weighting: 20
Price - Weighting: 55
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The initial contract term will be for 6 months with the contract anticipated to commence from 1st August 2021. UKBC will have the option to extend on one or more occasions by further 3 month period(s), up to a maximum total term of 3 years (i.e. inclusive of the initial term). . The maximum contract duration will therefore be 3 years.
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
Selection criteria as stated in the procurement documents
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
1 June 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
Tender must be valid until: 1 September 2021
four.2.7) Conditions for opening of tenders
Date
1 June 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
UK Biocentre reserves the right to discontinue or delay the procurement process and may decide not to award a contract as a result of this call for competition. UK Biocentre shall not be liable for any costs or expenses incurred by any organisation in considering and/or responding to the procurement process. Tenders and supporting documents must be priced in pounds sterling and all payments made under the contract will be in pounds sterling, unless otherwise advised.
Any volumes of cleaning services required referred to within this Contract Notice and/or the procurement documents is indicative only and there is no guarantee or warranty of any volumes of cleaning services, particularly given that the position in relation to Covid-19 testing, and the Government’s response to it, continues to evolve. The service will need to be flexible to support UK Biocentre in its testing and core activities.
The estimated contract value for the initial period of 6 months may be in the region of 100,000 GBP to 110,000 GBP but the value may vary (and therefore may be lower or higher than this range) given that we cannot currently accurately predict Covid-19 activity and, consequently, the volume of cleaning required. As such, it is not possible to provide an overall maximum estimated value for the contract given the evolving nature of the Covid-19 pandemic and whether the contract will be extended up to the maximum 3 year period at the current levels. However, based on the initial 6 month period highlighted above and whilst recognising the value may vary, the overall maximum value across the 3 year period could be in the region of 600,000 – 660,000 GBP
The award of this contract may involve the transfer of staff pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended). Further details are provided as part of the procurement documents.
Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
UKBC will facilitate site visits (in line with COVID-19 distancing, other safety and security requirements) during week commencing 10 May 2021. A maximum of 2 people per bidding organisation will be permitted on an accompanied site visit. Please e-mail the dedicated tenders box (tenders@ukbiocentre.com) as soon as possible to register your request for a site visit.
UKBB will incorporate a standstill period at the point the decision in relation to the award of the contracts is notified to bidders. The standstill period, which will be a minimum of ten (10) calendar days, provides time for unsuccessful bidders to lodge an appeal in regards to the award decisions, before the contracts are entered into
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222691.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:222691)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
Country
United Kingdom