Cleaning Services
• Cardiff Metropolitan University
Publication reference: 2021/S 000-000351 
Publication date: 8 January 2021

If you want help with winning this tender, then take a look at our Tender Writing page.

F02: Contract notice
Section one: Contracting authoritySection I: Contracting authority
one.1) Name and addressesI.1) Name and addresses
Cardiff Metropolitan University
Llandaff Campus, Western Avenue, Llandaff
Cardiff
CF5 2YB
Email

Telephone
+44 2920417310
Country
United Kingdom
NUTS code
UKL22 – Cardiff and Vale of Glamorgan
Internet address(es)
Main address
http://www.cardiffmet.ac.uk/procurement/
Buyer’s address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0259
one.3) CommunicationI.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/cardiffmet/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/cardiffmet/aspx/Home
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
https://in-tendhost.co.uk/cardiffmet/aspx/Home
one.4) Type of the contracting authorityI.4) Type of the contracting authority
Body governed by public law
one.5) Main activityI.5) Main activity
Education

Section two: ObjectSection II: Object
two.1) Scope of the procurementII.1) Scope of the procurement
two.1.1) TitleII.1.1) Title
Cleaning Services
Reference number
ITT/21/001
two.1.2) Main CPV codeII.1.2) Main CPV code
• 90910000 – Cleaning services
two.1.3) Type of contractII.1.3) Type of contract
Services
two.1.4) Short descriptionII.1.4) Short description
Cleaning of the University’s premises as identified in the Tender Documents.
two.1.5) Estimated total valueII.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lotsII.1.6) Information about lots
This contract is divided into lots: No
two.2) DescriptionII.2) Description
two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s)
• 90911200 – Building-cleaning services
• 90911300 – Window-cleaning services
two.2.3) Place of performanceII.2.3) Place of performance
NUTS codes
UKL22 – Cardiff and Vale of Glamorgan
Main site or place of performance
Cardiff
two.2.4) Description of the procurementII.2.4) Description of the procurement
The contract requires the cleaning of all the University’s premises, which are approximately 68,000 m2. The estate ranges from traditional offices, teaching spaces to laboratories and sporting facilities. The contract will also include twice yearly window cleaning; a twice-yearly specialist clean of the Podiatry Department, light waste removal duties and carpet cleaning as required. The cleaning services are required for 51 weeks of the year, apart from our sports facilities areas which are open to the public and require a cleaning service for 52 weeks of the year.
The successful Contractor will be required to provide all cleaning materials and consumables, cleaning machinery and staff uniforms.
In the first year of the Contract we are seeking bids for what we are defining as a “high level” clean to support the current Covid-19 pandemic cleaning requirements. From year two onwards we will require, what we are defining, as a “standard” level of cleaning which represents the pre-Covid 19 level of cleaning.
As the duration of the requirement for a high level Covid clean remains unknown due to changing legislative polices, guidance and vaccine roll-outs, the University reserves the right to amend this requirement as appropriate to respond to Covid and may during the duration of the Contract change the time-frames for the specifications to mirror the changing situation with Covid-19.
The standard level of cleaning will be a lower specification and will require changes to the Services and frequency of duties. We will work with the successful Contractor to deliver these changes. The tender document provides more detailed information on these requirements.
The University is an accredited Living Wage provider and wants to achieve fair and non-exploitative practices within this contract. Staff currently employed on this key out-sourced contract are paid the Living Wage (as defined by the Living Wage Foundation) by the incumbent contractor. The University will therefore require any new successful Contractor to continue to pay those staff who work on this contract the Living Wage.
two.2.5) Award criteriaII.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated valueII.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, frame agreement or dynamic purchasing systemII.2.7) Duration of the contract, frame agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Two, one year contract extensions are available subject to performance and allied to our sustainable development requirements. A 3 year contract with two options.
two.2.10) Information about variantsII.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about optionsII.2.11) Information about options
Options: No

Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information
three.1) Conditions for participationIII.1) Conditions for participation
three.1.2) Economic and financial standingIII.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria are detailed in the selection questionnaire / single procurement document.
Minimum level(s) of standards possibly required
A minimum annual turnover threshold for the last financial year is set 7,000,000.00 GBP.
An Acid test ratio of 1 is required from your last set of audited accounts.
three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section four. ProcedureSection IV. Procedure
four.1) DescriptionIV.1) Description
four.1.1) Type of procedureIV.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative informationIV.2) Administrative information
four.2.2) Time limit for receipt of projects or requests to participateIV.2.2) Time limit for receipt of projects or requests to participate
Date
19 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submittedIV.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 tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders
Date
19 February 2021
Local time
12:00pm

Section six. Complementary informationSection VI. Complementary information
six.1) Information about recurrenceVI.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional informationVI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=104973.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
non-core. Contractors are required to outline a Community Benefits Plan as part of their tender submission and reporting on this will form part of the contract management process with the successful Contractor.
(WA Ref:104973)
six.4) Procedures for reviewVI.4) Procedures for review
six.4.1) Review bodyVI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom

Share this notice
• Twitter
• LinkedIn
• Email
Sections
• one. Contracting authorityI. Contracting authority
• two. ObjectII. Object
• three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information
• four. ProcedureIV. Procedure
• six. Complementary informationVI. Complementary information

Leave a Reply