Contract notice
Section I: Contracting
authority
I.1) Name and addresses
King's College London
3rd Floor, 5-11 Lavington Street
London
SE1 0NZ
UK
Telephone: +44 2078488292
E-mail: seema.chuahan@kcl.ac.uk
NUTS: UKI44
Internet address(es)
Main address: http://www.kcl.ac.uk/about/structure/admin/purchasing/supply/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/kcl/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/kcl/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: University
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
KCL-00001228 Residences Summer Turnaround and Hotel Services Cleaning services
Reference number: KCL-00001228
II.1.2) Main CPV code
90911100
II.1.3) Type of contract
Services
II.1.4) Short description
Kings College London wishes to appoint a contractor for the provision of summer cleaning services for university operated residences and provide cleaning support services to. The contract period will be 3 years + 2 years + 2 years. The service provider will fulfill short-term requirements for goods and services as below:
— student departure cleans (bedroom and kitchens),
— summer hotel operation cleaning services (July to September),
— supply of linen for summer operations,
— supply of consumables for summer operations,
— cleaning support services to the wider university estate.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI44
Main site or place of performance:
London.
II.2.4) Description of the procurement
Provision of residential cleaning services at the university's halls of residence to provide the summer hotel cleaning service and summer school programme between June and September. The university also requires additional cleaning resource to support the in-house provision during the rest of the year. The contract value is circa 450 000 GBP to 750 000 GBP per annum for the summer residences and turnaround service, subject to refurbishments and availability of the halls. The ongoing support services for the rest of the university estate to support the in-house cleaning is estimated at around 20-80 hours per day, but is expected to reduce as the university improves the management of its resource levels. Please note the university will only assess the tenders who meet the minimum requirements stated in the ITT or contract notice.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
Initial 3 year period followed by 2 extensions of 24 months. The contract will commence on 1.6.2020.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
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:
UKAS accredited for compliance in accordance with ISO 9001&14001 or equivalent.
Provide evidence of your company equal opportunities policy.
An annual turnover more than 1 200 000 GBP and annual net profit greater than zero in each of the past 3 years.
The minimum insurance requirements, relevant to this contract, which the candidate holds [and/or confirms will be placed prior to date of contract where applicable] are 5 000 000 GBP cover for public liability and 10 000 000 GBP cover for employer’s liability. It is the employer’s preference that cleaning works are not sub-contracted unless effective [direct or collateral] contractual arrangements are made prior to entering into this contract. Contractors must include evidence of experience, directly or by in-house team(s), of completion of as many similar cleaning contracts as practicable in the past 5 years. The threshold for experience is similar scope, quantity and value of works for a minimum of 2 completed term contracts. The university must be permitted to obtain references from any of the candidate’s clients, whether listed under experience or not, to evidence the quality of service the candidate states has been previously provided to the employer and/or others. Operation of a quality management system to ensure there is a single, clearly identified local point of contact/quality controller and that quality is managed effectively.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As described in the tender documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/03/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
14/06/2020
IV.2.7) Conditions for opening of tenders
Date:
16/03/2020
Local time: 12:00
Place:
London.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Suppliers are required to register and express interest via the University's electronic tendering site at the following URL: https://in-tendhost.co.uk/kcl/
The University reserves the right to cancel the tender process at any stage. The University does not accept any liability for any cost incurred in tendering. Please note all submissions must be made electronically unless otherwise expressed in the tender documents. All submissions will be subject to the University`s conditions of electronic submission found at the following URL: http://www.kcl.ac.uk/aboutkings/orgstructure/ps/purchasing/suppliers/etender.aspx All tenders must be priced in sterling and payments under the Contract will be made in sterling.
VI.4) Procedures for review
VI.4.1) Review body
King's College London
Strand
London
WC2R 2LS
UK
E-mail: howard.wilson@kcl.ac.uk
VI.4.2) Body responsible for mediation procedures
King's College London
The Strand
London
WC2R 2LS
UK
E-mail: howard.wilson@kcl.ac.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.4.4) Service from which information about the review procedure may be obtained
King's College London
The Strand
London
WC2R 2LS
UK
VI.5) Date of dispatch of this notice
10/02/2020