Section one: Contracting authority
one.1) Name and addresses
Glasgow Kelvin College
123 Flemington St
Glasgow
G21 4TD
Contact
Alice Ng
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Telephone
+44 01314443300
Country
United Kingdom