Notice Information
Notice Title
Provision of Window and Glazing Cleaning - 2022-2025
Notice Description
The establishment of a contract for the provision of window and glazing cleaning to various buildings and structures owned and/or operated by North Lanarkshire Council. Buildings and structures that fall within scope of this project include but are not limited to office accommodation, schools and educational establishments, depots and warehouses, residential and care facilities, concert venues, libraries, halls, pedestrian bridges and glazed structures. Services required to be delivered throughout the duration of the contract will fall within general window and glazing cleaning however in some instances, properties and structures may require specialist access techniques to be undertaken due to design features to undertake and complete requirements. As a result, contractors may be required to undertake works via specialist access methods such as; long water fed poles, mobile elevated work platforms, self-propelled booms, cradles and rope access and have to demonstrate their ability and experience to undertake such work. Contractors will be required to demonstrate good Covid practices as they will be required to enter into Council properties and this will be detailed within the Specification.
Lot Information
Operational Property and Specialist Structures
Lot 1 comprises of buildings and property that allows North Lanarkshire Council and its Arm's Length External Organisations (ALEO's) to undertake its daily operational business as well as facilities utilised by the general public. Requirements within Lot 1 include but are not limited to, small single storey buildings to large office complexes up to 10 storeys, depots and warehouses, leisure centres, libraries and halls. Lot 1 also contains a number of specialist structures that require glazing to be cleaned due to their specialist design features. A number of buildings within this lot will/may require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the successful Bidder may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access and have to demonstrate their ability and experience to undertake such work.
Renewal: Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.
Educational EstablishmentsLot 2 comprises of all Educational establishments maintained by the Councils Facility Support Services on behalf of the Councils Education, Skills and Youth Employment Services. Lot 2 requirements include Nursery Schools, Primary Schools, Secondary Schools and Additional Support Needs Schools. These will consist of one internal and one external clean per annum per school of all external windows. In the main Primary schools require to be scheduled within term time and access times would be typically between 7.00am and 4.00pm. Currently there are 17 campuses within Lot 2 that are Public Private Partnership (PPP) buildings. These schools are owned by ENGIE and as a result, the successful Bidder within Lot 2 may have to undergo a separate vetting process in order to undertake work at PPP schools. Frequency is two internal and two external cleans per annum per campus of all external windows. Please note that Primary schools within PPP should be scheduled for Easter and October and Secondary schools within PPP should be scheduled for Summer break and Christmas Break. A number of buildings within this lot will require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the successful Bidder may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access and have to demonstrate their ability and experience to undertake such work. Due to the nature of the surroundings that work is required to be undertaken within Lot 2, the Protection of Vulnerable Groups (Scotland) Act 2007 may be applicable. Additional information on the Act can be found within Part 8 of the Specification.
Renewal: Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.
Residential and Care EstablishmentsLot 3 comprises of all Residential and Care Establishments. Requirements within this lot include Retirement Housing Complexes, Care Homes, Day Care Centres and any other Care Facility the Council operates. A number of buildings within this lot will require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the successful Bidder may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access and have to demonstrate their ability and experience to undertake such work. Due to the nature of the surroundings that work is required to be undertaken within Lot 3, the Protection of Vulnerable Groups (Scotland) Act 2007 may be applicable. Additional information on the Act can be found within Part 8 of this Specification.
Renewal: Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b512
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026490-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90911300 - Window-cleaning services
Notice Value(s)
- Tender Value
- £320,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £225,232 £100K-£500K
Notice Dates
- Publication Date
- 22 Oct 20214 years ago
- Submission Deadline
- 28 Jun 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Oct 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- stewartpa@northlan.gov.uk
- Contact Phone
- +44 1698403876
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02b512-2021-10-22T10:14:02+01:00",
"date": "2021-10-22T10:14:02+01:00",
"ocid": "ocds-h6vhtk-02b512",
"description": "(SC Ref:671298)",
"initiationType": "tender",
"tender": {
"id": "NLC-CPT-21-020",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Window and Glazing Cleaning - 2022-2025",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90911300",
"description": "Window-cleaning services"
},
"mainProcurementCategory": "services",
"description": "The establishment of a contract for the provision of window and glazing cleaning to various buildings and structures owned and/or operated by North Lanarkshire Council. Buildings and structures that fall within scope of this project include but are not limited to office accommodation, schools and educational establishments, depots and warehouses, residential and care facilities, concert venues, libraries, halls, pedestrian bridges and glazed structures. Services required to be delivered throughout the duration of the contract will fall within general window and glazing cleaning however in some instances, properties and structures may require specialist access techniques to be undertaken due to design features to undertake and complete requirements. As a result, contractors may be required to undertake works via specialist access methods such as; long water fed poles, mobile elevated work platforms, self-propelled booms, cradles and rope access and have to demonstrate their ability and experience to undertake such work. Contractors will be required to demonstrate good Covid practices as they will be required to enter into Council properties and this will be detailed within the Specification.",
"value": {
"amount": 320000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Operational Property and Specialist Structures",
"description": "Lot 1 comprises of buildings and property that allows North Lanarkshire Council and its Arm's Length External Organisations (ALEO's) to undertake its daily operational business as well as facilities utilised by the general public. Requirements within Lot 1 include but are not limited to, small single storey buildings to large office complexes up to 10 storeys, depots and warehouses, leisure centres, libraries and halls. Lot 1 also contains a number of specialist structures that require glazing to be cleaned due to their specialist design features. A number of buildings within this lot will/may require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the successful Bidder may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access and have to demonstrate their ability and experience to undertake such work.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Educational Establishments",
"description": "Lot 2 comprises of all Educational establishments maintained by the Councils Facility Support Services on behalf of the Councils Education, Skills and Youth Employment Services. Lot 2 requirements include Nursery Schools, Primary Schools, Secondary Schools and Additional Support Needs Schools. These will consist of one internal and one external clean per annum per school of all external windows. In the main Primary schools require to be scheduled within term time and access times would be typically between 7.00am and 4.00pm. Currently there are 17 campuses within Lot 2 that are Public Private Partnership (PPP) buildings. These schools are owned by ENGIE and as a result, the successful Bidder within Lot 2 may have to undergo a separate vetting process in order to undertake work at PPP schools. Frequency is two internal and two external cleans per annum per campus of all external windows. Please note that Primary schools within PPP should be scheduled for Easter and October and Secondary schools within PPP should be scheduled for Summer break and Christmas Break. A number of buildings within this lot will require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the successful Bidder may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access and have to demonstrate their ability and experience to undertake such work. Due to the nature of the surroundings that work is required to be undertaken within Lot 2, the Protection of Vulnerable Groups (Scotland) Act 2007 may be applicable. Additional information on the Act can be found within Part 8 of the Specification.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Residential and Care Establishments",
"description": "Lot 3 comprises of all Residential and Care Establishments. Requirements within this lot include Retirement Housing Complexes, Care Homes, Day Care Centres and any other Care Facility the Council operates. A number of buildings within this lot will require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the successful Bidder may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access and have to demonstrate their ability and experience to undertake such work. Due to the nature of the surroundings that work is required to be undertaken within Lot 3, the Protection of Vulnerable Groups (Scotland) Act 2007 may be applicable. Additional information on the Act can be found within Part 8 of this Specification.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90911300",
"description": "Window-cleaning services"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90911300",
"description": "Window-cleaning services"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90911300",
"description": "Window-cleaning services"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPDS 4A.2 - All window cleaners employed on this contract via the successful Bidder must be licensed with North Lanarkshire Council in terms of the Civic Government (Scotland) Act 1982.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10,000,000 GBP Public Liability Insurance = 10,000,000 GBP",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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. OR, The bidder must have the following: A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. The health & safety policy must include: a. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. b. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance. c. Documented arrangements for providing the bidder's workforce with training and information appropriate to the type of work of which the organisation is likely to bid. d. A documented procedure describing what H&S or other relevant qualifications and experience the bidder's workforce has, in order to implement the H&S policy to a standard appropriate for the work for which the organisation is likely to bid. e. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. f. Documented arrangements for involving the bidders workforce in the planning and implementation of H&S measures. g. Documented procedures for recording accidents/incidents and undertaking follow-up action. h. Documented arrangements for ensuring that the bidder's suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. i. Documented arrangements for co-operating and co-ordinating the bidder's work with other suppliers.",
"minimum": "Bidders Health and Safety Policy must contain each of the 9 (a - i) elements set out in the selection criteria or Bidders must be able to provide method statements, certificates etc as evidence that these elements are accounted for. Further information regarding all selection criteria can be found within section V1.3 of this Contract Notice.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "All window cleaners employed on this contract via the successful Bidder must be licensed with North Lanarkshire Council in terms of the Civic Government (Scotland) Act 1982."
}
]
},
"contractTerms": {
"performanceTerms": "North Lanarkshire Council General Conditions of Contract for Purchase of Services All Applicable Health and Safety Legislation Fair Work Practices Community Benefits Performance Scorecards",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2021-06-28T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2021-06-28T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-06-28T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session."
},
"parties": [
{
"id": "GB-FTS-689",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1698403876",
"email": "stewartpa@northlan.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.northlanarkshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4311",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4 Beckford Street",
"locality": "Hamilton",
"postalCode": "ML3 0BT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1698282957",
"email": "hamilton@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-32545",
"name": "Maxim Facilities Management Ltd",
"identifier": {
"legalName": "Maxim Facilities Management Ltd"
},
"address": {
"streetAddress": "Maxim Business Park, 2 Parklands Way, Eurocentral",
"locality": "Motherwell",
"region": "UK",
"postalCode": "ML1 4WR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-32546",
"name": "J.Kyle Cleaning Services",
"identifier": {
"legalName": "J.Kyle Cleaning Services"
},
"address": {
"streetAddress": "Bloack A, Unit 4, Alanshaw Industrial Estate, Leckie Drive",
"locality": "Hamilton",
"region": "UKM",
"postalCode": "ML3 9FN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-26938",
"name": "Scottish Courts",
"identifier": {
"legalName": "Scottish Courts"
},
"address": {
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-689",
"name": "North Lanarkshire Council"
},
"language": "en",
"awards": [
{
"id": "026490-2021-1",
"relatedLots": [
"2"
],
"title": "Educational Establishments",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-32545",
"name": "Maxim Facilities Management Ltd"
}
]
},
{
"id": "026490-2021-2",
"relatedLots": [
"1"
],
"title": "Operational Property and Specialist Structures",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-32546",
"name": "J.Kyle Cleaning Services"
}
]
},
{
"id": "026490-2021-3",
"relatedLots": [
"3"
],
"title": "Residential and Care Establishments",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-32545",
"name": "Maxim Facilities Management Ltd"
}
]
}
],
"contracts": [
{
"id": "026490-2021-1",
"awardID": "026490-2021-1",
"title": "Educational Establishments",
"status": "active",
"value": {
"amount": 110476,
"currency": "GBP"
},
"dateSigned": "2021-10-22T00:00:00+01:00"
},
{
"id": "026490-2021-2",
"awardID": "026490-2021-2",
"title": "Operational Property and Specialist Structures",
"status": "active",
"value": {
"amount": 57980,
"currency": "GBP"
},
"dateSigned": "2021-10-22T00:00:00+01:00"
},
{
"id": "026490-2021-3",
"awardID": "026490-2021-3",
"title": "Residential and Care Establishments",
"status": "active",
"value": {
"amount": 56776,
"currency": "GBP"
},
"dateSigned": "2021-10-22T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "2",
"value": 5
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "11",
"measure": "bids",
"relatedLot": "3",
"value": 6
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "2",
"value": 5
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 5
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "3",
"value": 6
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "2",
"value": 5
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "3",
"value": 6
}
]
}
}