Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)University of Birmingham
Edgbaston
Contact point(s): University of Birmingham
For the attention of: Jane Colbourne
B15 2TT Birmingham
UNITED KINGDOM
Telephone: +44 1214145957
E-mail:
Internet address(es):
General address of the contracting authority: http://www.bham.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/universityofbirmingham
Electronic access to information: https://in-tendhost.co.uk/universityofbirmingham
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofbirmingham
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Cleaning Services for Sports Centre.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 14: Building-cleaning services and property management services
NUTS code UKG31
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Provision of cleaning services for the University's new 55 000 000 GBP Sports Centre. The centre will be open to staff students and the community between 7:00 and 22:00. The requirement is for janitorial services (such as toilet cleaning) during opening hours and core cleaning services (such as floor scrubbing) during closed times (22:00 - 7:00). There will also be an occasional requirement for additional cleaning for special events.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contract is for an initial 2 year period with options to extend up to a maximum of 5 years. Annual spend is estimated at a maximum of 300 000 GBP.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Limited Company, joint and several liability.
III.1.4)Other particular conditionsThe 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
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Appropriate statement from bankers. Presentation of the undertaking's balance sheet or extracts from balance sheets. Statements of the provider's overall turnover and the turnover in respect of the services to which the contract relates for the 3 previous financial years. List principal services provided in the past 3 years, with sums, dates and recipients, public or private, involved.
III.2.3)Technical capacityMinimum level(s) of standards possibly required:
As stated in tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 7
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SC3804/16
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 1.12.2015 - 23:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate4.12.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates10.12.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresnot applicable
UNITED KINGDOM
Body responsible for mediation procedures
not applicable
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainednot applicable
UNITED KINGDOM
VI.5)Date of dispatch of this notice:30.10.2015