Section one: Contracting authority
one.1) Name and addresses
Molendinar Park Housing Association
3 Graham Square
Glasgow
G31 1AD
Contact
Lindsay Gibb
Telephone
+44 1415645256
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=AA15182
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Molendinar park HA Common Area Cleaning 2021
Reference number
6318
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
The successful Candidate will be responsible for the external and internal cleaning of common areas in/ to the Employer’s tenanted properties including: all stairs, landings, close windows, bin stores, front and rear entrances, pathways, office accommodation and sheltered housing common rooms. Provide all necessary cleaning supplies and safe temporary access; and all resultant communication/ quality control including monitoring forms [schedule 8], to occupied flats/ houses/ closes at Various Addresses, Glasgow G31, G40 & G45
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
Main site or place of performance
Glasgow City, G31, G40 & G45
two.2.4) Description of the procurement
Complete and return [upload] tender documents electronically to the PCS postbox facility, which must comprise all of the following for the tender to be valid:
SPD; Contractor Design Statement [format by tenderer]; Pricing spreadsheet; and Form of Tender.
The tender evaluation will comprise the SPD, your quality score for your Contractor Design Statement [CDP]; and the Contract Sum stated on the Form of Tender.
The submitted SPD will assess the selection criteria as a pass or fail to identify contractors who pass by meeting the specified criteria. Only those contractors who achieve an SPD pass will have their tender quality and cost considered/ evaluated.
The criteria for scoring will be to reach a total percentage score as follows:
Price (tender)- deducting 1% from 100 for every percentage point each tender is in excess of the lowest tender, prior to weighting.
Quality- Contractor Design Statement [CDP] scoring will be maximum 100 marks, submissions ranked in relation to the other candidates based on the Employer’s stated aspirations/ requirements and the information provided by the candidate(s). The Contractor Design Statement [CDP] scores will be converted to a percentage, prior to weighting
two.2.5) Award criteria
Quality criterion - Name: Tender CDP Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
10 January 2022
End date
31 March 2023
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be to 31st March 2023, with options to extend the contract solely at the Employer’s discretion on an annual basis thereafter to 31st March 2027.
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
Refer to 'Instructions to Contractors and Project Criteria' in the Specification of Works
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
[SPD clause in brackets]:
[2C.1] It is the Employer’s preference that the contractor does not rely on the capacity of others
[2D.1] It is the Employer’s preference that works are not sub-contracted;
[4B1.1] the Candidate must have an annual average turnover more than GBP150,000.00 over the past 3 years
[4B.3] Newly established organisations [3 years old or less] should provide financial and capability information
[4B.5.1b & 4B.5.2] The minimum Insurance requirements are GBP5m cover for Public liability; GBP10m cover for Employer’s liability
[4B.6] the Candidate must have an annual net profit greater than zero in each of the past 3 years or a statement in mitigation and agreement to enquiries through credit reference
[4B.6] Candidates must agree to provide financial accounts on request and consent to additional financial background credit checks by the Employer
[4C.1] Contractors must include evidence of experience, directly or by in-house team(s), of completion of as many similar common close/ stair/ office cleaning contracts as practicable in the past 3 years, preferably for RSL’s
[4C.1] The Employer must be deemed to be permitted to obtain references from any of the candidate’s clients
[4C.2]suitably experienced and qualified local quality controller
[4C.6] corporate members of the British Institute of Cleaning Science [BICS]
[4C.6.1] your person(s) of influence must be NEBOSH or IOSH qualified;
[4C.9] Operation of a management database system
[4C.9] arrangements for access to & working at height
[4C.9] Evidence of your Equal Opportunities policy
[4D.1] be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP);
[4D.1 & 4D.2] be accredited for compliance in accordance with ISO 9001[Quality Management] &14001 [Environmental Management] or provide evidence that your organisation has equal and effective operational procedures in place.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Refer Specification of Works
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
5 November 2021
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
5 November 2021
Local time
12:30pm
Place
Glasgow remotely on line
Information about authorised persons and opening procedure
Staff and committee/ board members in accordance with HA tendering procedures
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
Refer to 'Instructions to Contractors & Project Criteria' in the Specification of Works
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=669005.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
Refer Specification of Works Schedule 7
(SC Ref:669005)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9TW
Telephone
+44 1414298888
Country
United Kingdom