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
UKN06 - Belfast
Internet address(es)
Main address
Buyer's address
https://www.qub.ac.uk/directorates/FinanceDirectorate/visitors/procurement/
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/queensuniversitybelfast/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/queensuniversitybelfast/aspx/Home
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/2250/22 - Provision of General Cleaning Services and Ancillary Services
Reference number
QUB/2250/22
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 to provide Cleaning Services and Ancillary Services to various locations across the University campus. The provision of cleaning services will be to the buildings and external areas at the University’s sites detailed further within the tender documents.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
- 90911200 - Building-cleaning services
- 90919200 - Office cleaning services
- 98341130 - Janitorial 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 has a requirement for an experienced Economic Operator to provide Cleaning Services and Ancillary Services to various locations across the University campus. The key objectives of this Contract are:-• To provide the specified Services to the University based on flexibility, continuous improvement and innovation;• To engender and nurture a true spirit of partnership between the Contractor and the University by seeking solutions to conflicts and making a commitment to internal dispute resolution;• To benefit from the co-ordination and integration of the Contractor’s supply chain and to ensure commitment of this supply chain to delivery of the specified Services;• To provide Services focused on quality, meeting the needs of the University’s customers;• To implement a structure which encourages value for money and continuous improvement.The key operational objectives and tasks required of the Contractor in relation to the provision of the specified services are:-• To provide a safe and clean working environment for students, staff and visitors to University premises;• To maintain and safeguard the assets of the University’s premises and their contents;• To enable University staff to carry out their business functions effectively with minimum disruption;• To reduce the overall environmental impacts of the specified Services;• To offer advice and proposals to the University on methods of introducing value for money and innovation to the Service provision.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40%
Cost criterion - Name: Price / Weighting: 60%
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 period is 3 years, 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
29 June 2022
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: 26 December 2022
four.2.7) Conditions for opening of tenders
Date
29 June 2022
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).