Opportunity

Molendinar park HA Common Area Cleaning 2021

  • Molendinar Park Housing Association

F02: Contract notice

Notice reference: 2021/S 000-024468

Published 1 October 2021, 2:54pm



Section one: Contracting authority

one.1) Name and addresses

Molendinar Park Housing Association

3 Graham Square

Glasgow

G31 1AD

Contact

Lindsay Gibb

Email

admin@molendinar.org.uk

Telephone

+44 1415645256

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.molendinar.org.uk

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

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

Internet address

www.scotcourts.gov.uk