Section one: Contracting authority
one.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
Telephone
+44 2920879648
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/cardiffuniversity/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/cardiffuniversity/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
Site 4 (JOMEC) Cleaning
Reference number
CU.665.JP
two.1.2) Main CPV code
- 90919200 - Office cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The aim of the procurement process is to establish a Cleaning Services Contract for Cardiff University JOMEC premises detailed in the service specification. Location is detailed below:
JOMEC – Central Square, Cardiff.
The overall purpose is to provide a clean, tidy premises that reflects Cardiff University’s needs. All work shall be carried out in such a way as to leave the whole of each building in a clean and tidy condition at all times.
The cleaning service should be consistent with the good practice and standards as follows:
The overall impressions for any persons approaching and entering the university premises should be positive and inviting.
The facility must be a healthy, safe and clean place for all to use.
For aesthetic as well as health and safety reasons, cleanliness must be of an adequate standard.
Cleaning methods used should be environmentally sound with minimal use of chemicals.
two.1.5) Estimated total value
Value excluding VAT: £561,908
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90919200 - Office 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 aim of the procurement process is to establish a Cleaning Services Contract for Cardiff University JOMEC premises detailed in the service specification. Location is detailed below:
JOMEC – Central Square, Cardiff.
The overall purpose is to provide a clean, tidy premises that reflects Cardiff University’s needs. All work shall be carried out in such a way as to leave the whole of each building in a clean and tidy condition at all times.
The cleaning service should be consistent with the good practice and standards as follows:
The overall impressions for any persons approaching and entering the university premises should be positive and inviting.
The facility must be a healthy, safe and clean place for all to use.
For aesthetic as well as health and safety reasons, cleanliness must be of an adequate standard.
Cleaning methods used should be environmentally sound with minimal use of chemicals.
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: £562,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 x 12 Month extension options available up to 28th Jan 2027
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
24 November 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 November 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: September 2026
six.3) Additional information
The procurement documents will be available via In-tend until 3rd Nov 2021 then access will be closed.
Site visits are a mandatory requirement and will take place on 15th/16th November 2021- Full details are contained
in the ITT documents.
All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.
The University reserves the right to award the contract in whole or in part.
The University reserves the right to annul the tendering process and not award any contract.
All documents to be priced in GBP and all payments made in GBP.
All documents to be priced in GBP excluding VA
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=114551.
(WA Ref:114551)
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