Section one: Contracting authority
one.1) Name and addresses
University of the Highlands and Islands
12b Ness Walk
Inverness
IV3 5SQ
Telephone
+44 1463279000
Fax
+44 1463279001
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
Provision of Hotel Services
Reference number
UHI-RES-21967
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
The University of the Highlands and Islands (UHI) has a requirement for the Provision of 'Hotel Services’ at our Student Residences. For the purpose of clarification, our Residences are situated in the following locations:
- Inverness
- Dornoch
- Elgin
- Fort William
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 79993000 - Building and facilities management services
- 55110000 - Hotel accommodation services
- 55100000 - Hotel services
- 55130000 - Other hotel services
- 98341000 - Accommodation services
- 98341100 - Accommodation management services
- 90911100 - Accommodation cleaning services
- 79992000 - Reception services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
- UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
- UKM61 - Caithness & Sutherland and Ross & Cromarty
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
Inverness, Dornoch, Elgin and Fort William
two.2.4) Description of the procurement
As part of this service, the Contractor must be able to provide the following, but not limited to, requirements:
- Reception service
- Key holding
- Management of visitors and passes
- Security and access
- Control of access and security passes
- CCTV / alarm monitoring
- Emergency response
- Manned guarding service
- Patrols (fixed or static guarding)
- Housing and residential accommodation management
- Helpdesk services (including client access)
- Provision of student support services
- Cleaning services (routine and on-request cleaning services)
two.2.5) Award criteria
Quality criterion - Name: Expertise & Previous Experience / Weighting: 10%
Quality criterion - Name: Implementation Plan & Exit Strategy / Weighting: 6%
Quality criterion - Name: Service Delivery / Weighting: 15%
Quality criterion - Name: Risk Management / Weighting: 10%
Quality criterion - Name: Continuous Improvement / Weighting: 6%
Quality criterion - Name: Fair Work Practices / Weighting: 3%
Quality criterion - Name: Pastoral Issues / Weighting: 20%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
16
This contract is subject to renewal
Yes
Description of renewals
The University reserves the right to extend the contract for a further 2 x 12 months subject to satisfactory performance and continued University requirement.
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
Minimum level(s) of standards possibly required
Bidders must confirm they can provide the following supporting evidence prior to award:
- Employer's (Compulsory) Liability Insurance = GBP 5 Million
- Product Liability Insurance = GBP 5 Million
- Public Liability Insurance = GBP 5 Million
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-021833
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
7 December 2021
Local time
12:00pm
Changed to:
Date
5 January 2022
Local time
12:00pm
See the change notice.
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 December 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
A Site Visit will take place. Tenderers can request to attend on a date between Monday 8th November 2021 and Thursday 18th November 2021. Requests to attend a Site Visit shall be addressed to the Procurement department (Procurement@uhi.ac.uk).
Tenderers are strongly encouraged to attend all sites to allow for a full understanding of the requirement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20045. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:672531)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV2 3EG
Country
United Kingdom