Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Amanda McFarlane, Procurement Officer
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Provision of Window Cleaning, Reactive Cleaning & Associated Services (2022-26)
Reference number
UOS-23357-2022
two.1.2) Main CPV code
- 90911000 - Accommodation, building and window cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
This Contract Notice relates to a project to establish a Contract for the Provision of Window Cleaning, Reactive Cleaning & Associated Services (UOS-23357-2022) at the University of Strathclyde.
two.1.5) Estimated total value
Value excluding VAT: £880,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90911000 - Accommodation, building and window cleaning services
- 90911300 - Window-cleaning services
- 90900000 - Cleaning and sanitation services
- 90910000 - Cleaning services
- 90911200 - Building-cleaning services
- 90911100 - Accommodation cleaning services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
University of Strathclyde.
two.2.4) Description of the procurement
This Contract will include, however, will not be limited to;
- Internal and external window cleaning;
- Reactive cleaning / emergency 24/7 coverage;
- Flexible service provision, accounting for different building types, cleaning methods, building access, road restrictions, and occupancy levels; and
- Various cleaning methods, including abseiling / must provide necessary access equipment to deliver services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £880,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion.
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 the competition if they are in any of the situations referred to under 58 - Exclusion Grounds, of the Public Contracts (Scotland) Regulations 2015. Please refer to the ITT contained on the PCS-Tender project relevant to the procurement and the other Tender documents for further information.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD (Scotland) Question 4B.1.2: Average Yearly Turnover
SPD (Scotland) Question 4B.5: Insurance Requirements
Minimum level(s) of standards possibly required
1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover
The bidder will be required to have an average yearly turnover of a minimum of GBP 300,000 for the last 2 years.
2. SPD (Scotland) Question 4B.5: Insurance Requirements
It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the types and levels of insurance indicated below;
SPD (Scotland) Question 4B.5.1a
Professional Risk Indemnity - maintain a minimum indemnity limit of GBP 100,000 in the aggregate.
SPD (Scotland) Question 4B.5.1b
Employer's (Compulsory) Liability - maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.
SPD (Scotland) Question 4B.5.2
Public Liability - maintain a minimum indemnity limit of GBP 5 million in respect of each claim, and without limit to the number of claims.
Product Liability - maintain a minimum indemnity limit of GBP 5 million in the aggregate.
Motor Vehicle Insurance - maintain a minimum indemnity limit of GBP 5 million for Property Damage, and unlimited in respect of Third Party Injury.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD (Scotland) Question 4C.1.2: Services
SPD (Scotland) Question 4C.6: Qualifications
SPD (Scotland) Question 4D.1: Quality Assurance Schemes
SPD (Scotland) Question 4D.2: Environmental Management Standards
Minimum level(s) of standards possibly required
SPD (Scotland) Question 4C.1.2: Services
Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
Bidders should use the template provided for them to answer the Technical and Professional ability question 4C.1.2 of their SPD (Scotland) response.
Bidders must use this template to answer question 4C.1.2 of their SPD response.
Bidders MUST upload the completed document next to question 4C.1.2, DO NOT UPLOAD THIS DOCUMENT INTO THE “GENERAL ATTACHMENTS” AREA.
The below scoring methodology will be applied to the question;
Excellent response - 4
The response is comprehensive, unambiguous and demonstrates a thorough understanding of the question.
Good response - 3
The response is sufficiently detailed to demonstrate a good understanding of the question.
Acceptable response - 2
The response addresses a broad understanding of the question but lacks detail.
Poor response - 1
The response addresses some elements of the question but contains insufficient/limited detail or explanation.
Unacceptable (Nil or Inadequate response) - 0
Fails to demonstrate an ability to meet the requirement.
Requirement/Question:
Bidders must provide 3 examples from the past 3 years that demonstrates that they can fulfil the requirements outlined under the relevant description (II.2.4) (Description of the Procurement) within the Contract Notice.
This question will be scored by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied collectively across all examples provided. Please note, the bidder must score a minimum of 2, as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant and will not be considered further.
SPD (Scotland) Question 4C.6: Qualifications
Bidders will be required to demonstrate that they hold membership and/or certification to one, or both, of the following (and/or an equivalent);
- Safecontractor accreditation;
- Federation of Window Cleaners membership; and
- SAM (Safety Accredited Member) accreditation.
SPD (Scotland) Question 4D.1: Quality Assurance Schemes
Due to restrictions placed upon the character count by the advertising portal, bidders should refer to the full detail provided within the document "Appendix G - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The bidder must meet the relevant minimum level(s) of standards set out.
SPD (Scotland) Question 4D.2: Environmental Management Standards
Due to restrictions placed upon the character count by the advertising portal, bidders should refer to the full detail provided within the document "Appendix G - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The bidder must meet the relevant minimum level(s) of standards set out.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For full details of the conditions relevant to the proposed Contract, please see the tender documents (details of how to access these being set out in section 1.3) Communication, of this Contract Notice. The University of Strathclyde will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the Contract (no matter the legal form taken by those entities in order to enter into the Contract).
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 022-191304
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 September 2022
Local time
12:00pm
four.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 tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 September 2022
Local time
12:00pm
Place
University of Strathclyde.
Information about authorised persons and opening procedure
University of Strathclyde Officers & Members.
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
In line with 72 - Modification of Contracts during their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22034. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:702388)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contract (Scotland) Regulations 2015 (SSI2015/446) as amended) may bring proceedings to the Sheriff Court or the Court of Session.