Section one: Contracting authority
one.1) Name and addresses
Queen's University Belfast
University Road
Belfast
BT7 1NN
Contact
Dónall Patton
Country
United Kingdom
NUTS code
UKN0 - Northern Ireland
Internet address(es)
Main address
Buyer's address
https://www.qub.ac.uk/directorates/FinanceDirectorate/visitors/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/queensuniversitybelfast
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/queensuniversitybelfast
Tenders or requests to participate must be submitted to the above-mentioned 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
QUB/2095/21 - Contract for the Provision of Cleaning Services
Reference number
QUB/2095/21
two.1.2) Main CPV code
- 90910000 - Cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
Queen’s has a requirement for an experienced Economic Operator or Economic Operators to provide Cleaning Services to various locations across the University campus. The services to be delivered under this Contract shall be provided under two separate lots as follows:• Lot 1: General Cleaning Services and Ancillary Services• Lot 2: Accommodation Cleaning and Housekeeping ServicesApplicants are invited to tender for Lot 1 and/or Lot 2. Lots will be evaluated independently and Queen’s reserves the right to award each Lot separately.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
General Cleaning Services and Ancillary Services
Lot No
1
two.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
- 90911200 - Building-cleaning services
- 98341130 - Janitorial services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
Belfast, Northern Ireland
two.2.4) Description of the procurement
This contract is for cleaning services and specific ancillary services to Queen's buildings and external areas at the University’s sites. A key operational objective is to provide a safe and clean working environment for students, staff and visitors to University premises.The University reserves the right to make contract adjustments that increase or decrease the service provision required. This may include the addition or removal of University buildings or amendments to cleaning requirements/schedules within a cleanable area.Bar Cleaning services are excluded from the scope of this contract.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30%
Cost criterion - Name: Price / Weighting: 70%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract is for 3 years initially, with options to extend by up to a further 24 months.
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) Description
two.2.1) Title
Accommodation Cleaning and Housekeeping Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90911100 - Accommodation cleaning services
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
Main site or place of performance
Belfast, Northern Ireland
two.2.4) Description of the procurement
Queen’s Accommodation provides rented accommodation to students during term time. Most students arrive mid-September and leave in the first two weeks of June.Over the summer months (June-September), the nature of the business changes. Student accommodation is let to study groups and conference delegates etc. There may be up to 1000 rooms available for hire during summer business across Queen’s Accommodation. The number of bedrooms used will fluctuate with demand and business need.Regular Housekeeping Service (Year-Round)Queen’s Accommodation has a requirement for a Contractor to provide a 7 day a week and year-round housekeeping and cleaning service (except for the 8 Public holidays), at the following locations:-• Elms BT1 – College Avenue• Elms BT2 – McClintock StreetThe Contractor will be required to clean all the public areas daily – entrance halls, all corridors, lifts, stairwells, public toilets, laundry, social space, computer room, meeting rooms, quiet rooms and offices. The Contractor will also deep clean and sign off all rooms prior to check in arrivals and deep clean all rooms/apartments after the checking out of students.December/January PeriodA limited number of additional staff may be required at Elms BT1 and Elms BT2, to assist with the student change-over in December/January each year at the end of the first academic semester. A deep clean of bedrooms/kitchens is required after student departures in readiness for new arrivals. Numbers and dates will vary each year and will be agreed in advance.Summer Period (Generally June to September inclusive)From the summer of 2022, there is a further additional requirement, over and above the regular housekeeping and cleaning service, to facilitate the change in business to cater for study groups and conference delegates lettings etc., at the following locations: • Elms BT1 – College Avenue• Elms BT 2 – McClintock Street• Elms Village BT9 – Malone RoadThe Contractor will provide a "hotel style" daily room cleaning service including bed-making to study groups/conference delegates guests. The Contractor will also deep clean and sign off all applicable rooms following the end of the academic year, ready for check in arrivals. The extent of the additional Housekeeping Services required in December/January and the Summer Period, will be in line with demand and business need. The Contractor will be expected to show flexibility in this regard.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30%
Cost criterion - Name: Price / Weighting: 70%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract is for 3 years initially, with options to extend by up to a further 24 months.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
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
5 July 2021
Local time
4:00pm
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: 3 October 2021
four.2.7) Conditions for opening of tenders
Date
5 July 2021
Local time
4:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Queen's University Belfast
University Road
Belfast
BT7 1NN
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This authority will incorporate a standstill period at the point information on the award of the contract is communicated to Tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.The Public Contract Regulations 2015 (SI 2015/102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).