Section one: Contracting authority
one.1) Name and addresses
Glasgow Clyde College
690 Mosspark Drive
Glasgow
G52 3AY
procurement@glasgowclyde.ac.uk
Telephone
+44 1412729000
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00457
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 and Associated Services for Glasgow Clyde College
Reference number
GCC-L-CS22
two.1.2) Main CPV code
- 90910000 - Cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
Glasgow Clyde College (’the College’) is seeking to appoint a single cleaning contractor to provide cleaning & associated services for two of the College's campuses in Glasgow.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90919300 - School cleaning services
- 90919200 - Office cleaning services
- 90919000 - Office, school and office equipment cleaning services
- 90911000 - Accommodation, building and window cleaning services
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The objective of this tender is to appoint a single Contractor to provide and manage a full range of cleaning services across two of the College's three campuses, namely in Langside and Anniesland.
The College is seeking a Supplier with a strong customer focus that will work collaboratively with the College, and deliver continuous improvement.
The principal objectives of the contract for the required services will be to deliver:
- Consistency of cleaning across both sites
- Value for money
- Enhanced student experience
- Allowing the College to manage more effectively
The Contractor will be required to provide (or manage the provision of via sub-contractors) the range of services including but not be limited to:
Routine cleaning
Reactive cleaning
Periodic cleaning
Provision of washroom consumables
Feminine hygiene
Window cleaning
Pest control
The Contract will involve the secondary TUPE transfer of circa 40 existing Contractor staff.
- The College is committed to ensuring that we, and our key suppliers and contractors, adopt fair working practices in relation to our workforce in delivery of our services (including throughout the supply chain).
- Furthermore, the College wishes to ensure that its key suppliers and contractors are committed to equality and diversity within their workforce and supply chain. This includes non-discriminatory behaviour and compliance with the Modern Slavery Act 2015.
- The College expects that the Contractor shall ensure that payment of sub-contractors and all supply chain partners is made promptly, in accordance with relevant legislation.
- The estimated value of the Contract shown is based upon the existing annual value of the cleaning contract is around GBP 600,000k p.a.
This contract will not be divided into lots for reasons of operational and management efficiency.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
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 58 of the Public Contracts (Scotland) Regulations 2015.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-023331
Section five. Award of contract
Contract No
GCC-L-CS22
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
The following information relates to ESPD (Scotland) Section IV Part D (Quality Assurance Schemes and Environmental Management
Standards):
Q4D.1 - (Quality Assurance Schemes) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of
compliance in accordance with BS EN ISO 9001 (or equivalent)
The current version of the ISO 9001 standard is 9001:2015.
The standard is used by organisations to demonstrate their ability to consistently provide products and services that meet customer and regulatory requirements and to demonstrate continuous improvement.
Q4D.1 - (Health and Safety Procedures)- The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of
compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment
requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
A BS OHSAS 18001 certificate is only valid until March 31, 2021. ISO 45001 replaced BS OHSAS 18001 in 2018 so if you want to maintain accredited certification, you must 'migrate' to ISO 45001 before 31 March 2021. New certification to BS OHSAS 18001 will not be recognised after March 31, 2021.
Q4D.2 - (Environmental Management Standards) The Bidder must hold a UKAS (or equivalent) accredited independent third party
certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate
The current version is ISO 14001:2015, and certified organisations were given a three-year transition period to adapt their environmental management system to the new edition of the standard.
-
APUC SUPPLY CHAIN CODE OF CONDUCT
Shortlisted bidders will be required to submit a signed Supply Chain Code of Conduct prior to the award of contract. This will be for information only and will not be scored. A copy of the Code of Conduct is provided as Appendix A for information only.
-FREEDOM OF INFORMATION
Where any bidder considers any information submitted as part of their ESPD submission commercially confidential, they must notify the College prior to the ESPD deadline via PCS-T and the College will provide a template for completion.
Furthermore, shortlisted bidders at ITT stage will be required to confirm prior to award of any contract that you will be in a position to submit a Freedom of Information appendix. This will be for information only and will not be scored.
-FORM OF TENDER
Shortlisted bidders will be required at ITT stage to submit a signed Form of Tender prior to the award of contract.
The award criteria questions and weightings will be published in the ITT.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is project_21890 . For more information see:
http://www.publiccontractsscotland.gov.uk
(SC Ref:728276)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom