Photographic Collections is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Cleaning and Associated Services |
Notice type: | Contract Notice |
Authority: | Photographic Collections |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Routine, periodic and reactive cleaning of The Courtauld Institute of Art's premises including its residential accommodation and summer residential bedroom servicing, and associated services - window cleaning, waste management, feminine hygiene, pest control, consumables supply, and portering services. |
Published: | 27/01/2020 14:00 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Courtauld Institute of Art, 4464432
Somerset House, Strand, London, WC2R 0RN, United Kingdom
Tel. +44 7936914750, Email: Claire.Sadler@courtauld.ac.uk
Contact: Claire Sadler
Main Address: https://courtauld.ac.uk, Address of the buyer profile: https://www.delta-esourcing.com/respond/R566A65R37
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Cleaning-services./395N6BC9R8
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/R566A65R37 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Cleaning and Associated Services
Reference Number: 426639836
II.1.2) Main CPV Code:
90910000 - Cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Routine, periodic and reactive cleaning of The Courtauld Institute of Art's premises including its residential accommodation and summer residential bedroom servicing, and associated services - window cleaning, waste management, feminine hygiene, pest control, consumables supply, and portering services.
II.1.5) Estimated total value:
Value excluding VAT: 1,650,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90922000 - Pest-control services.
90911300 - Window-cleaning services.
85142300 - Hygiene services.
90500000 - Refuse and waste related services.
98341120 - Portering services.
33760000 - Toilet paper, handkerchiefs, hand towels and serviettes.
33711900 - Soap.
98341110 - Housekeeping services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The Cleaning and Associated Services Supplier procurement is for a 5-year contract commencing in August 2020 to provide full internal (and where indicated external) routine, periodic and reactive cleaning of The Courtauld's premises including its residential accommodation (until Summer 2021), window cleaning, waste management, feminine hygiene and related services, pest control, client consumables supply, portering services and summer residential bedroom servicing (until Summer 2021).
A full specification is located in Annex 2 to the ITT with general requirements in Part A including service objectives, mobilisation, contract management and KPIs, response times, and other general requirements, and service specific requirements in Part B.
To enable The Courtauld to complete its transformational project Courtauld Connects, the size and use of The Courtauld’s property portfolio has evolved and will continue to do so over the next 5-year period. The change is primarily driven by the requirement to temporarily vacate the North Block of Somerset House in Phases to complete an extensive refurbishment and remodelling of the premises. Phase 1 works have commenced and are due to complete late 2020, with the refurbished Gallery opening Spring 2021. This will be followed by the completion of Phase 2 works by Autumn 2022, enabling The Courtauld university activities to move back to Somerset House from the current temporary campus (Vernon Square), which is it anticipated will be vacated late 2022. In parallel Duchy House will be temporarily vacated in Summer 2021 for refurbishment with re-occupation from Summer 2022.
The table in ITT Annex 2 Specification sets out the estimated Service periods across the Premises for the Contract Term, but this is subject to change due to the above works. The Pricing Schedule splits the costs for each element of the Service into separate parts of the Premises, thus providing a methodology to calculate the pricing in any given scenario.
The Service is split into Core Services (based on a fixed price) and Additional Services (based on rates in the Pricing Schedule) which will be called off as required. The estimated Contract Value stated in the Contract Notice includes approximately £30k per annum of Additional Services, but this is an estimate only and actuals may vary. The Contract Value also excludes any annual pricing increases which are provided for within the Terms and Conditions of Contract at ITT Annex 1.
This statement and the pricing methodology are provided to meet the requirements of Regulation 72 of the Public Contract Regulations 2015 in respect of changes to the Services over the Contract Term.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,650,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: as set out in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/R566A65R37
Please note that the draft ITT documents are provided for information only at SQ stage - potential suppliers should NOT return tender documents at the SQ stage. Shortlisted suppliers from the SQ stage will be invited to the next (ITT) stage.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
see procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/02/2020 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 16/03/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Cleaning-services./395N6BC9R8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/395N6BC9R8
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand, London, United Kingdom
Tel. +44 2079476000
Internet address: www.hmcourts-service.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, United Kingdom
Tel. +44 2072761234
VI.5) Date Of Dispatch Of This Notice: 27/01/2020
Annex A
View any Notice Addenda
UK-London: Cleaning services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
The Courtauld Institute of Art, 4464432
Somerset House, Strand, London, WC2R 0RN, United Kingdom
Tel. +44 7936914750, Email: Claire.Sadler@courtauld.ac.uk
Contact: Claire Sadler
Main Address: https://courtauld.ac.uk
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Cleaning and Associated Services Reference number: 426639836
II.1.2) Main CPV code:
90910000 - Cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Routine, periodic and reactive cleaning of The Courtauld Institute of Art's premises including its residential accommodation and summer residential bedroom servicing, and associated services - window cleaning, waste management, feminine hygiene, pest control, consumables supply, and portering services.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 24/02/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 234110
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 27/01/2020
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: I.3)
Lot No: Not provided
Place of text to be modified: Tenders or requests to participate must be sent electronically via
Instead of: https://www.delta-esourcing.com/respond/R566A65R37
Read: https://www.delta-esourcing.com/respond/395N6BC9R8
Please note the access code is: 395N6BC9R8
VII.1.2) Text to be corrected in original notice No: 2
Section Number: IV.2.2)
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 26/02/2020
Local Time: 14:00
Read:
Date: 13/03/2020
Local Time: 14:00
VII.1.2) Text to be corrected in original notice No: 3
Section Number: II.2.14)
Lot No: Not provided
Place of text to be modified: Additional information: To respond to this opportunity please click here:
Instead of: https://www.delta-esourcing.com/respond/R566A65R37
Read: https://www.delta-esourcing.com/respond/395N6BC9R8
Please note the access code is: 395N6BC9R8
VII.1.2) Text to be corrected in original notice No: 4
Section Number: IV.2.3)
Place of text to be modified: Estimated date of dispatch of invitations to tender or to participate to selected candidates
Instead of:
Date: 16/03/2020
Local Time: 14:00
Read:
Date: 06/04/2020
Local Time: 14:00
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Cleaning-services./395N6BC9R8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/395N6BC9R8
Cleaning and Associated Services
UK-London: Cleaning services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
The Courtauld Institute of Art, 4464432
Somerset House, Strand, London, WC2R 0RN, United Kingdom
Tel. +44 7936914750, Email: Claire.Sadler@courtauld.ac.uk
Contact: Claire Sadler
Main Address: https://courtauld.ac.uk, Address of the buyer profile: https://www.delta-esourcing.com/respond/R566A65R37
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Cleaning and Associated Services Reference number: 426639836
II.1.2) Main CPV code:
90910000 - Cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Routine, periodic and reactive cleaning of The Courtauld Institute of Art's premises including its residential accommodation and summer residential bedroom servicing, and associated services - window cleaning, waste management, feminine hygiene, pest control, consumables supply, and portering services.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 12/03/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 234110
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 27/01/2020
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2)
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 26/02/2020
Local Time: 14:00
Read:
Date: 09/04/2020
Local Time: 14:00
VII.1.2) Text to be corrected in original notice No: 2
Section Number: IV.2.3)
Place of text to be modified: Estimated date of dispatch of invitations to tender or to participate to selected candidates
Instead of:
Date: 16/03/2020
Local Time: 14:00
Read:
Date: 30/04/2020
Local Time: 14:00
VII.1.2) Text to be corrected in original notice No: 3
Section Number: I.3)
Lot No: Not provided
Place of text to be modified: Tenders or requests to participate must be sent electronically via
Instead of: https://www.delta-esourcing.com/respond/R566A65R37
Read: https://www.delta-esourcing.com/respond/395N6BC9R8
Please note the access code is: 395N6BC9R8
VII.1.2) Text to be corrected in original notice No: 4
Section Number: II.2.14)
Lot No: Not provided
Place of text to be modified: Additional information: To respond to this opportunity please click here:
Instead of: https://www.delta-esourcing.com/respond/R566A65R37
Read: https://www.delta-esourcing.com/respond/395N6BC9R8
Please note the access code is: 395N6BC9R8
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Cleaning-services./395N6BC9R8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/395N6BC9R8
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Courtauld Institute of Art, 4464432
Somerset House, Strand, London, WC2R 0RN, United Kingdom
Tel. +44 7936914750, Email: Claire.Sadler@courtauld.ac.uk
Contact: Claire Sadler
Main Address: https://courtauld.ac.uk
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Cleaning and Associated Services
Reference number: 426639836
II.1.2) Main CPV code:
90910000 - Cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Routine, periodic and reactive cleaning of The Courtauld Institute of Art's premises including its residential accommodation and summer residential bedroom servicing, and associated services - window cleaning, waste management, feminine hygiene, pest control, consumables supply, and portering services.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,220,282.99
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90910000 - Cleaning services.
90922000 - Pest-control services.
90911300 - Window-cleaning services.
85142300 - Hygiene services.
90500000 - Refuse and waste related services.
98341120 - Portering services.
33760000 - Toilet paper, handkerchiefs, hand towels and serviettes.
33711900 - Soap.
98341110 - Housekeeping services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: The Cleaning and Associated Services Supplier procurement is for a 5-year contract commencing in August 2020 to provide full internal (and where indicated external) routine, periodic and reactive cleaning of The Courtauld's premises including its residential accommodation (until Summer 2021), window cleaning, waste management, feminine hygiene and related services, pest control, client consumables supply, portering services and summer residential bedroom servicing (until Summer 2021).
A full specification is located in Annex 2 to the ITT with general requirements in Part A including service objectives, mobilisation, contract management and KPIs, response times, and other general requirements, and service specific requirements in Part B.
To enable The Courtauld to complete its transformational project Courtauld Connects, the size and use of The Courtauld’s property portfolio has evolved and will continue to do so over the next 5-year period. The change is primarily driven by the requirement to temporarily vacate the North Block of Somerset House in Phases to complete an extensive refurbishment and remodelling of the premises. Phase 1 works have commenced and are due to complete late 2020, with the refurbished Gallery opening Spring 2021. This will be followed by the completion of Phase 2 works by Autumn 2022, enabling The Courtauld university activities to move back to Somerset House from the current temporary campus (Vernon Square), which is it anticipated will be vacated late 2022. In parallel Duchy House will be temporarily vacated in Summer 2021 for refurbishment with re-occupation from Summer 2022.
The table in ITT Annex 2 Specification sets out the estimated Service periods across the Premises for the Contract Term, but this is subject to change due to the above works. The Pricing Schedule splits the costs for each element of the Service into separate parts of the Premises, thus providing a methodology to calculate the pricing in any given scenario.
The Service is split into Core Services (based on a fixed price) and Additional Services (based on rates in the Pricing Schedule) which will be called off as required. The estimated Contract Value stated in the Contract Notice includes approximately £30k per annum of Additional Services, but this is an estimate only and actuals may vary. The Contract Value also excludes any annual pricing increases which are provided for within the Terms and Conditions of Contract at ITT Annex 1.
This statement and the pricing methodology are provided to meet the requirements of Regulation 72 of the Public Contract Regulations 2015 in respect of changes to the Services over the Contract Term.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/R566A65R37
Please note that the draft ITT documents are provided for information only at SQ stage - potential suppliers should NOT return tender documents at the SQ stage. Shortlisted suppliers from the SQ stage will be invited to the next (ITT) stage.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 22-48750
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 426639836
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/10/2020
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
DOC Cleaning Limited, 04384324
46-54 High Street, Ingatestone, Essex, CM4 9DW, United Kingdom
Tel. +44 1279944332, Email: LT.Andrews@doccleaning.com
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,650,000
Total value of the contract/lot: 1,220,282.99
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Value excluding VAT: 241,436.54 Currency: GBP
Short description of the part of the contract to be subcontracted:
-Waste Management Service
-Consumables Supply
-Pest Control
-Feminine Hygiene Services
-Window Cleaning
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=562208716
VI.4) Procedures for review
VI.4.1) Review body
The Courtauld
Somerset House, Strand, London, WC2R 0RN, United Kingdom
Tel. +44 20739477777
VI.4.2) Body responsible for mediation procedures
The Courtauld
Somerset House, Strand, London, WC2R 0RN, United Kingdom
Tel. +44 20739477777
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
The Courtauld
London, United Kingdom
VI.5) Date of dispatch of this notice: 20/01/2021