Tender

The Provision of Cleaning Services for Glasgow Kelvin College

  • Glasgow Kelvin College

F02: Contract notice

Notice identifier: 2025/S 000-000153

Procurement identifier (OCID): ocds-h6vhtk-04cd79

Published 6 January 2025, 10:24am



Section one: Contracting authority

one.1) Name and addresses

Glasgow Kelvin College

123 Flemington St

Glasgow

G21 4TD

Contact

Alice Ng

Email

ang@glasgowkelvin.ac.uk

Telephone

+44 1416305000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

https://www.glasgowkelvin.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA22362

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision of Cleaning Services for Glasgow Kelvin College

Reference number

GKC-JAN-001

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow Kelvin College is seeking a Contractor for the provision of Cleaning Services across 3 campus buildings: Easterhouse, Springburn and East End.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Glasgow Kelvin College is seeking a Contractor for the provision of Cleaning Services across 3 campus buildings: Easterhouse, Springburn and East End.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The College reserves the right to extend the Contract for a further 2 x 12 months subject to the Contractor’s satisfactory performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Please refer to question 4B.5 of the SPD and Economic and Financial standing section of the Contract Notice.

Tenderers must confirm they can provide the following supporting evidence prior to award:

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP

Professional Indemnity Insurance = 2 000 000 GBP

Public Liability Insurance = 2 000 000 GBP

To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or

equivalent if awarded the contract.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Key Performance Indicators as detailed in the Invitation to Tender Documentation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 February 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

10 February 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Prompt Payment in the Supply Chain

Bidders must have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain, including systems in place to pay their Contractors through the supply chain promptly and effectively, i.e. within a maximum

of 30-day payment terms.

Bidders shall be able to provide evidence of (a) their standard payment terms and (b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If the Bidder is unable to confirm (b) they must

provide an improvement plan signed by their Director which improves the payment performance.

Form of Tender

Tenderers must sign the Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.

Freedom of Information

Please confirm that you will be in a position to complete, prior to award, Appendix B - Freedom of Information (if applicable) in the Technical Questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.

Sustain Supply Chain Code of Conduct

In partnership with Institutions, the Authority has developed a Sustain Supply Chain Code of Conduct - Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Sustain Supply Chain

Code of Conduct prior to award to assist in achieving its objectives.

GDPR Contractor Assessment Form

General Data Protection Regulations have been deemed relevant to this Contract. The Tenderer must sign complete and sign Appendix H - GDPR Contractor Assessment Form prior to award to be appointed to the Contract.

Serious Organised Crime

Please complete “Appendix I – Declaration of Non-Involvement in Serious Organised Crime” in the Technical Questionnaire in PCS-Tender. Tenderers must complete the Declaration of Non-Involvement in Serious Organised Crime. It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms.

Human Trafficking & Labour Exploitation

Please complete “Appendix J – Declaration of Non-Involvement in Human Trafficking & Labour Exploitation” in the Technical Questionnaire in PCS-Tender. Tenderers must complete the Declaration of Non-Involvement in Human Trafficking & labour Exploitation.

It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28244. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits

In line with the Procurement Reform Act (2014), the Contractor will work with the College to consider what community benefits can be delivered through this Contract. These may include, but not limited to, employment and recruitment, skills and training opportunities, community engagement and anything delivered through the contract intended to improve the economic, social or environmental wellbeing of the community in a way that is additional to the main purpose of the Contract.

The College will work with the Contractor throughout the contract management process to deliver continuous improvement in pursuit of environmental and social objectives in their daily business operations.

(SC Ref:785979)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Email

enquiries@scotcourts.gov.uk

Telephone

+44 01314443300

Country

United Kingdom