Notice Information
Notice Title
The Provision of Cleaning and Associated Services for Glasgow Clyde College
Notice 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.
Lot Information
Lot 1
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. 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.
Renewal: 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0361a6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009821-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90910000 - Cleaning services
90911000 - Accommodation, building and window cleaning services
90919000 - Office, school and office equipment cleaning services
90919200 - Office cleaning services
90919300 - School cleaning services
90922000 - Pest-control services
Notice Value(s)
- Tender Value
- £3,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Apr 20233 years ago
- Submission Deadline
- 21 Sep 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 4 Apr 20233 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 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
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CLYDE COLLEGE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- GLASGOW
- Postcode
- G52 3AY
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Cardonald
- Westminster Constituency
- Glasgow South West
Further Information
Notice URLs
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-0361a6-2023-04-04T15:01:38+01:00",
"date": "2023-04-04T15:01:38+01:00",
"ocid": "ocds-h6vhtk-0361a6",
"description": "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 (SC Ref:728276)",
"initiationType": "tender",
"tender": {
"id": "GCC-L-CS22",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "The Provision of Cleaning and Associated Services for Glasgow Clyde College",
"status": "cancelled",
"classification": {
"scheme": "CPV",
"id": "90910000",
"description": "Cleaning services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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. 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60%"
},
{
"type": "price",
"description": "40%"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "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."
},
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "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."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90919300",
"description": "School cleaning services"
},
{
"scheme": "CPV",
"id": "90919200",
"description": "Office cleaning services"
},
{
"scheme": "CPV",
"id": "90919000",
"description": "Office, school and office equipment cleaning services"
},
{
"scheme": "CPV",
"id": "90911000",
"description": "Accommodation, building and window cleaning services"
},
{
"scheme": "CPV",
"id": "90922000",
"description": "Pest-control services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "III.1.1 of the notice is not applicable to this procurement exercise.",
"appliesTo": [
"supplier"
]
},
{
"minimum": "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."
},
{
"type": "technical",
"description": "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.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "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",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-09-21T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2022-11-14T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": true,
"recurrence": {
"description": "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"
},
"amendments": [
{
"id": "1",
"description": "Turnover Requirement Question 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.\" With regards to the above mentioned question (4B.2.1) at Part 4B of the SPD/Qualification envelope - Economic and Financial Standing (relating to turnover requirements), the required minimum yearly turnover shall be reduced from 4 million (GBP) to 3 million (GBP) on this occasion to widen participation at this stage of the tender process."
},
{
"id": "2",
"description": "Turnover Requirement - 2 Further to the communication on the 23rd Aug 2022 relating to question 4B 'Economic & Financial Standing, the College had reviewed the turnover requirements and made the decision to reduce the minimum yearly turnover from 4million GBP to 3million GBP. The College has decided to reduce this turnover level further to take the pandemic into account. The mandatory turnover levels shall therefore be reduced from 3million GBP to 2million GBP, for increased bidder involvement and fair participation. Annual accounts for the last three years demonstrating these turnover levels should be provided as part of your response to this question. Due to the nature of these services, total potential contract value of over 3million GBP and the risk associated with delivery of this contract, the College will not be in a position to reduce this figure any further. The Contract Notice shall be updated by close of business today (25th Aug 2022)"
}
]
},
"parties": [
{
"id": "GB-FTS-8154",
"name": "Glasgow Clyde College",
"identifier": {
"legalName": "Glasgow Clyde College"
},
"address": {
"streetAddress": "690 Mosspark Drive",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G52 3AY",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412729000",
"email": "procurement@glasgowclyde.ac.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.glasgowclyde.ac.uk",
"buyerProfile": "http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00457",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-220",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-8154",
"name": "Glasgow Clyde College"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000702183"
}
],
"language": "en",
"awards": [
{
"id": "009821-2023-GCC-L-CS22-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}