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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
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.1.5) Estimated total value
Value excluding VAT: £3,000,000
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.2.7) 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 initial duration of the contract will be 3 years. The College reserves the right to extend the contract for 2 further periods of 1 year periods. Any of these extension periods can be exercised at the College's discretion subject to satisfactory performance of the Contractor and continuing College requirements.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
This Procurement process will be conducted through the use of the Restricted Procedure. All queries about the procurement exercise must be made via the PCS-T Portal.
It is critical that bidders read Section III 1.1, III 1.2 and III 1.3 and Section VI.3 of this Contract Notice and the links to the relevant
Sections and Parts of the ESPD (Scotland) to understand the requirements of this Contract.
ESPD submissions shall be evaluated in the following way:
-Questions within Part III (all sections) and Part IV (Sections A,B and D) are minimum standards and will be evaluated on a pass/fail basis.
-Questions within Part IV Section C (Technical and Professional Ability) have been allocated an individual weighting. The individual weightings allocated to each question are as follows:
Q4C.1.2 - 50%
Q4C.1.2 - 50%
Each of these questions will be objectively evaluated using the following criteria:
0 - Unacceptable - Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion
1 - Poor - Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability
2 - Acceptable - Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature
3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to clients
4 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients
Bidders will be allocated a percentage score for each question, from which a total score will be awarded. The five bidders with the highest percentage score will be shortlisted and invited to tender stage.
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 58 of the Public Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
III.1.1 of the notice is not applicable to this procurement exercise.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
This section refers to ESPD (Scotland) Section IV Part B:
4B.2.1 Bidders will be required to have a minimum yearly turnover of 4 million GBP
for the last 3 years in the business area covered by the contract.
4B.3Where turnover information is not available for the time period requested,
the bidder will be required to state the date which they were set up or started trading.
Statement for 4B.5.1-3.
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 of insurance indicated below.
Employer's (Compulsory) Liability Insurance = 10 million GBP
Public Liability Insurance = 5 million GBP
Professional Indemnity Insurance = 1 million GBP
Q4B.6 Bidders will be required to provide 3 years audited accounts or equivalent when requested,
prior to the finalisation of the envisaged shortlist of bidders for ITT stage.
three.1.3) Technical and professional ability
List and brief description of selection criteria
This section refers to ESPD (Scotland) Section IV Part C:
Q4C.1.2 Bidders will be required to provide 2 recent examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.
Full details of the questions can be found on the SPD Instructions to Bidders document within the attachments folder
Q4C.4 Bidders will be required to demonstrate the relevant supply chain management systems used in similar contracts including but not limited to:
-Approach to the initial selection and assessment of sub-contractors and supply chain partners;
Management of the performance of sub-contractors/supply chain partners in the delivery of the services to the client;
Approach to on-going quality control checks and audits in respect of sub-contractors / supply chain partners;
Approach to the payment of sub-contractors and all supply chain partners, in accordance with relevant legislation;
Approach to encouraging fair working practices throughout the supply chain.
Bidders’ response should be limited to 3 sides of A4 using Ariel Font 12 point
Bidders should provide evidence to support their responses, including details of the client and contract.
See the "SPD Instructions to Bidder" document for clarification on weightings and scoring methodology.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Glasgow Clyde College's standard terms and conditions will apply to this contract.
The contract will be subject to a performance management system with KPI's
The contract will also include regular contract management meetings between the College and Contractor, at one of the College Campus venues
three.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 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.2.2) Time limit for receipt of tenders or requests to participate
Date
21 September 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 November 2022
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Subject to the College's discretion as to whether or not to exercise one or both extension periods as noted, this contract may be re-procured at the following times:
- 2026
- 2027
The latest date for re-procuring this contract will be 2028
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
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
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 21890. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Information regarding the specific Community Benefits which may apply to this Contract will be provided at tender stage, however bidders should note the types of Community Benefits that may apply:
- Employment and training opportunities for local groups
- Vocational Training
- Equality and Diversity initiatives
- Sub-Contracting opportunities to SME's, third sector and supported businesses
- Educational Support initiatives
- Work Experience opportunities for College students
(SC Ref:702183)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom