Publication Date: 31/01/2025

Deadline Date: 03/03/2025

Reference: TKR-20250131-FTS-29275202

Value of Contact: Check Contract

Estimated Annual Value: Check Contract

Type of Procedure: Services Contract

Nature of Procurement: Contract Notice

Description:

The framework contract will be for a service to cover reactive, planned & statutory maintenance and associated services to include, but not limited to:
External and internal building fabric and surrounding roads and paths cleaning maintenance Replacement of floorcoverings around campus.
Vacuum system with camera – Gutter cleaning inclusive of hoppers, outlets and downpipes.
Vacuum system – Roof cleaning inclusive of flat surfaces, parapets, tabling, outlets and downpipes.
Vacuum system – Clearing roofs of excess water due to outlet blockages.
Vacuum system – Road gulley cleaning.
Surface soakaway channel cleaning.
Entrance matting drainage channel cleaning.
Internal floors – floor Burnishing
Building glass canopy cleaning.
Building profiled sheeting canopies cleaning.
Granite cleaning.
Stonework cleaning.
Power washing. (roofs, paths, stringer courses, canopies, external access & egress areas, steps.)
Steam cleaning.
Cleaning of campus signage.
Cleaning of stainless-steel facias and facades.
Removal of graffiti around campus from buildings and external walls.
Cleaning after flood damage.
Builders cleans on completion of refurbishment works.
Sparkle cleans on completion of refurbishment works.
Drone associated works, camera only and cleaning options.
II.1.6) Information about lots
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
50000000
II.2.3) Place of performance
Region code: UKM50
II.2.4) Description of the procurement:
The framework contract will be for a service to cover reactive, planned & statutory maintenance and associated services to include, but not limited to:
External and internal building fabric and surrounding roads and paths cleaning maintenance Replacement of floorcoverings around campus.
Vacuum system with camera – Gutter cleaning inclusive of hoppers, outlets and downpipes.
Vacuum system – Roof cleaning inclusive of flat surfaces, parapets, tabling, outlets and downpipes.
Vacuum system – Clearing roofs of excess water due to outlet blockages.
Vacuum system – Road gulley cleaning.
Surface soakaway channel cleaning.
Entrance matting drainage channel cleaning.
Internal floors – floor Burnishing
Building glass canopy cleaning.
Building profiled sheeting canopies cleaning.
Granite cleaning.
Stonework cleaning.
Power washing. (roofs, paths, stringer courses, canopies, external access & egress areas, steps.)
Steam cleaning.
Cleaning of campus signage.
Cleaning of stainless-steel facias and facades.
Removal of graffiti around campus from buildings and external walls.
Cleaning after flood damage.
Builders cleans on completion of refurbishment works.
Sparkle cleans on completion of refurbishment works.
Drone associated works, camera only and cleaning options.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal:
yes
Description of renewals:

It is anticipated that the Framework agreement will be effective from 1st August for an initial period of 2 years with the option to extend for two (2) further periods, each of 12 months subject to satisfactory annual review and mutual agreement.
II.2.10) Information about variants
Variants will be accepted: no
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:Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
2
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2025-03-03 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.5) Scheduled date for start of award procedures:
2025-03-03
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:5(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2025-03-03 Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence:
This is a recurrent procurement:
yes
Estimated timing for further notices to be published:
It is anticipated that the Framework agreement will be effective from 1st August for an initial period of 2 years with the option to extend for two (2) further periods, each of 12 months subject to satisfactory annual review and mutual agreement.
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:
Appendix A – Commercial Schedule
Appendix B – Technical Schedule
Appendix C – SCDA Questionnaire
Appendix D – Form of Tender
Appendix E – Terms and Conditions
Appendix F – Supply Chain Code of Conduct
Appendix G – Vendor Questions
Living Wage Status:
Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical envelope. It is for information only and will not be scored.
Prompt Payment:
Tenderers must confirm that payment of subcontractors at all stages of the supply chain will be made within a maximum of 30 days and that this will be managed.
Acceptance of Standard Terms and Conditions:
Tenderers must confirm that they will accept the Standard Terms and Conditions as set out in Appendix E Terms and Conditions. Tenderers wishing to propose an amendment to the Terms and Conditions may do so by attaching the amendment to the appropriate section in PCS-T. The University will review and consider only minor amendments that do not substantially change the intention of the terms and conditions and note they do not have to accept any amendments proposed. This information should be submitted in the Technical envelope. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28425. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:
789305)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Aberdeen Sheriff Court
Town:
Aberdeen
Country
:
United Kingdom
VI.5) Date of dispatch of this notice:2025-01-31
  • For information purposes only
  • Not yet open for response
  • Now open for response
  • Now closed for response
  • Unknown

Create Bid

Please upgrade to access this functionality

Upgrade

Awarding Authority:

Official name: University of Aberdeen Postal Address: University Office, King’s College Town: Aberdeen Postal Code: AB24 3FX Country: United Kingdom Email: [email protected] Internet Address(es): Main address: http://www.abdn.ac.uk/procurement Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00102