University of Essex: T565 Wivenhoe House Hotel Linen Laundry Services

  University of Essex is using Delta eSourcing to run this tender exercise

Notice Summary
Title: T565 Wivenhoe House Hotel Linen Laundry Services
Notice type: Contract Notice
Authority: University of Essex
Nature of contract: Services
Procedure: Open
Short Description: The Wivenhoe House Hotel is looking to establish a high quality linen hire & laundry cleaning services for their 4* Hotel Training School established at the Colchester Campus of the University of Essex. The key elements required are delivering within a time window in the morning of quality linen that has been checked and laundered to our requirements.
Published: 25/06/2015 10:35
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Colchester: Laundry-collection services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      University of Essex
      Central Purchasing Unit (Estates Management Section), Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
      Tel. +44 1206872068, Email: procure@essex.ac.uk, URL: www.essex.ac.uk, URL: www.essex.ac.uk/purchasing
      Contact: Central Procurement Unit, Attn: Adrian Woodmore
      Electronic Access URL: www.delta-esourcing.com/
      Electronic Submission URL: www.delta-esourcing.com/

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Education

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: T565 Wivenhoe House Hotel Linen Laundry Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 17

         Region Codes: UKH3 - Essex         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Laundry-collection services. Laundry management services. Laundry operation services. Washing and dry-cleaning services. The Wivenhoe House Hotel is looking to establish a high quality linen hire & laundry cleaning services for their 4* Hotel Training School established at the Colchester Campus of the University of Essex. The key elements required are delivering within a time window in the morning of quality linen that has been checked and laundered to our requirements.
         
      II.1.6)Common Procurement Vocabulary:
         98311000 - Laundry-collection services.
            FA01-6 - For educational use
            PA01-7 - Hire
         
         98311100 - Laundry management services.
         
         98311200 - Laundry operation services.
         
         98310000 - Washing and dry-cleaning services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The Wivenhoe House Hotel has 40 bedrooms and is looking to establish a high quality linen hire and laundry cleaning service for their 4* Training Hotel at their Colchester Campus of the Essex University. Wivenhoe House Hotel combines an eighteenth century Grade II listed house with all the comforts of contemporary living.

The items are initially for:-
Bedrooms - Bed sheets and pillowcases
Bathrooms - Bath Mats, Bath Robes and towels
Restaurant - Napkins, Tablecloths, Glass Cloths, Kitchen Cloths, Oven Cloths
However, the University reserves the option to retract or extend this service to adapt this inventory to changing commercial requirements to include additional linen based items including uniforms if offered by the winning bidder and required as part of the service.

The tender is for a maximum of 5 years, based on a 2 year initial contract then subject to annual renewal based on performance and price up to a 5 year period.

This would cover collection and delivery on all the working days of the week, Monday to Friday, and dealing with linen from the Hotels' bedrooms (Duvet Covers,Sheets), bathrooms (Bath Mats and Towels)and two restaurants (Napkins, Table Cloths). Exact numbers of items are given in the tender documents and this may change in accordance to evolving requirements.                  
         Estimated value excluding VAT:
         Range between: 200,000 and 500,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The University reserves the right to request deposits and guarantees where and when required.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As detailed within the tender documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Grouped or Consortia bidders will be required to be jointly and severally liable to the University. The University reserves the right to request a single legal entity.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         The details will be provided in the documents on what is required on what is required and how it is evaluated.         
         Minimum Level(s) of standards possibly required:
         The bidder and their partners or sub-contractors (where applicable) must not prove to be of high risk to the project either during bidding or operation stage. The details will be contained within the PQQ document.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed in the tender documents.         
         Minimum Level(s) of standards possibly required:
         The bidder must obtain a minimum of 50% of the marks available in each of the core areas indicated.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: T565      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 27/07/2015
      Time-limit for receipt of requests for documents or for accessing documents: 11:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 27/07/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in month(s): 1
      
      IV.3.8)Conditions for opening tenders
         Date: 27/07/2015
         Time: 14:00
         Persons authorised to be present at the opening of tenders: Yes
            Their will be a representative from the Central Procurement, Finance and the End User (in this the Wivenhoe House Hotel), who will open the tender(s) together.


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Laundry-collection-services./2WW2MGA3XS

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2WW2MGA3XS
GO-2015625-PRO-6718823 TKR-2015625-PRO-6718822
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      University of Essex
      Central Procurement Unit, Estates Management Section, Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
      Tel. +44 1206872068, Email: procure@essex.ac.uk, URL: www.essex.ac.uk/purchasing

      Body responsible for mediation procedures:
               University of Essex
         Central Procurement Unit, Estates Management Section, Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
         Tel. +44 1206872068, Email: procure@essex.ac.uk, URL: www.essex.ac.uk/purchasing

      VI.4.2)Lodging of appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further clarification of the debriefing received from the contracting authority before the contract is entered into. Applicants have two working days from notification of the award decision to request additional debriefing and that information had to be provided a minimum of three working days before expiry of the standstill period. Such additional information should be requested from the address in section I.1.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            University of Essex
      Central Procurement Unit, Estates Management Section, Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
      Tel. +44 1206872068, Email: procure@essex.ac.uk, URL: www.essex.ac.uk/purchasing

   VI.5) Date Of Dispatch Of This Notice: 25/06/2015

ANNEX A

View any Notice Addenda

View Award Notice