Award

PROC342 - Provision of Soft FM Management Services

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

03 Jan 2020 at 00:00

Tender

26 Jun 2019 at 00:00

Summary of the contracting process

The Scottish Police Authority has completed the procurement process for the "PROC342 - Provision of Soft FM Management Services," which involved appointing a single supplier for cleaning and janitorial services across various locations in Scotland, particularly focusing on the west and central belt. This procurement was initiated through an open procedure, with a total contract value of approximately £17,945,935. The contract commenced on 1st April 2020, following an award decision made in January 2020. The authority operates from Glasgow and oversees public order and safety services.

This tender presents significant opportunities for businesses in the facilities management and cleaning services industry, especially those capable of delivering comprehensive, high-quality service offerings. Companies providing eco-friendly cleaning solutions, trained personnel, and a proven track record in similar contracts would be well-positioned to compete effectively. The emphasis on community benefits within this contract also highlights potential avenues for small-to-medium enterprises and social enterprises to engage and grow through targeted recruitment and training initiatives.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PROC342 - Provision of Soft FM Management Services

Notice Description

The Scottish Police Authority wishes to appoint a single supplier to provide Cleaning and Janitorial Services as part of a Soft Facilities Management Service. The contract is for cleaning and janitorial services at various locations across Scotland, predominantly in the west and central belt.

Lot Information

Lot 1

The Scottish Police Authority wishes to appoint a single supplier to provide Cleaning and Janitorial Services as part of a Soft Facilities Management Service. The contract is for cleaning and janitorial services at various locations across Scotland, predominantly in the central belt. The services required include: Routine Cleaning Services Routine Cell Cleaning Routine Janitorial Services Provision of cleaning consumables and equipment Reactive Vehicle and Cell Decontaminations These services are required at various locations across Scotland, predominantly in the central belt but will include rural and urban locations. The properties these services are required at are primarily office locations but also include primary and secondary custody buildings. The services are currently provided by several local authorities and the Scottish Police Authority now wishes to appoint a single supplier. The Scottish Police Authority intend to award a contract early January 2020, with an estimated Contract Go-Live date of 1st April 2020, subject to internal governance processes. The contract will be for a duration of three (3) years with the option to extend for a further period of up to twelve months plus twelve months.

Renewal: Initial duration of contract is 3 Years with the option to extend for a further two periods of up to twelve (12) months each.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000588466
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN376161
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

39830000 - Cleaning products

79993100 - Facilities management services

90900000 - Cleaning and sanitation services

90910000 - Cleaning services

90911100 - Accommodation cleaning services

90919200 - Office cleaning services

90920000 - Facility related sanitation services

98341120 - Portering services

98341130 - Janitorial services

Notice Value(s)

Tender Value
£16,500,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£17,945,935 £10M-£100M

Notice Dates

Publication Date
3 Jan 20206 years ago
Submission Deadline
6 Aug 2019Expired
Future Notice Date
Not specified
Award Date
23 Dec 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
Three Years, however, if extended, five years.

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
christine.kennedy@scotland.pnn.police.uk
Contact Email
christine.kennedy@scotland.pnn.police.uk, neil.frame@scotland.pnn.police.uk
Contact Phone
+44 1786895000, +44 1786895854

Buyer Location

Locality
GLASGOW
Postcode
G51 1DZ
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
TLM64 Na h-Eileanan Siar, TLM72 Clackmannanshire and Fife, TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond, TLM82 Glasgow City, TLM83 Inverclyde, East Renfrewshire, and Renfrewshire, TLM84 North Lanarkshire, TLM93 North Ayrshire and East Ayrshire, TLM94 South Ayrshire, TLM95 South Lanarkshire

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
1
Supplier Name

CHURCHILL CONTRACT SERVICES

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN358742
    PROC342 - Provision of Soft FM Management Services - The Scottish Police Authority wishes to appoint a single supplier to provide Cleaning and Janitorial Services as part of a Soft Facilities Management Service. The contract is for cleaning and janitorial services at various locations across Scotland, predominantly in the west and central belt.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN376161
    PROC342 - Provision of Soft FM Management Services - The Scottish Police Authority wishes to appoint a single supplier to provide Cleaning and Janitorial Services as part of a Soft Facilities Management Service. The contract is for cleaning and janitorial services at various locations across Scotland, predominantly in the west and central belt.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000588466-2020-01-03T00:00:00Z",
    "date": "2020-01-03T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000588466",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-7",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "name": "christine.kennedy@scotland.pnn.police.uk",
                "email": "christine.kennedy@scotland.pnn.police.uk",
                "telephone": "+44 1786895854",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform (Scotland) Act 2012.",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-311",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "neil.frame@scotland.pnn.police.uk",
                "telephone": "+44 1786895000",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-416",
            "name": "Churchill Contract Services Ltd",
            "identifier": {
                "legalName": "Churchill Contract Services Ltd"
            },
            "address": {
                "streetAddress": "40 Coldharbour Lane, Harpenden, Herts",
                "locality": "Harpenden",
                "region": "UKM",
                "postalCode": "AL5 4UN"
            },
            "contactPoint": {
                "telephone": "+44 1582760055"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-311"
    },
    "tender": {
        "id": "13497",
        "title": "PROC342 - Provision of Soft FM Management Services",
        "description": "The Scottish Police Authority wishes to appoint a single supplier to provide Cleaning and Janitorial Services as part of a Soft Facilities Management Service. The contract is for cleaning and janitorial services at various locations across Scotland, predominantly in the west and central belt.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90910000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90911100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90919200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "98341130",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90920000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90900000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39830000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "98341120",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM64"
                    },
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM94"
                    },
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM72"
                    },
                    {
                        "region": "UKM64"
                    },
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM94"
                    },
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM72"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 16500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-08-06T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-08-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN358742",
                "documentType": "contractNotice",
                "title": "PROC342 - Provision of Soft FM Management Services",
                "description": "The Scottish Police Authority wishes to appoint a single supplier to provide Cleaning and Janitorial Services as part of a Soft Facilities Management Service. The contract is for cleaning and janitorial services at various locations across Scotland, predominantly in the west and central belt.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN358742",
                "format": "text/html"
            },
            {
                "id": "JAN376161",
                "documentType": "awardNotice",
                "title": "PROC342 - Provision of Soft FM Management Services",
                "description": "The Scottish Police Authority wishes to appoint a single supplier to provide Cleaning and Janitorial Services as part of a Soft Facilities Management Service. The contract is for cleaning and janitorial services at various locations across Scotland, predominantly in the west and central belt.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN376161",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Police Authority wishes to appoint a single supplier to provide Cleaning and Janitorial Services as part of a Soft Facilities Management Service. The contract is for cleaning and janitorial services at various locations across Scotland, predominantly in the central belt. The services required include: Routine Cleaning Services Routine Cell Cleaning Routine Janitorial Services Provision of cleaning consumables and equipment Reactive Vehicle and Cell Decontaminations These services are required at various locations across Scotland, predominantly in the central belt but will include rural and urban locations. The properties these services are required at are primarily office locations but also include primary and secondary custody buildings. The services are currently provided by several local authorities and the Scottish Police Authority now wishes to appoint a single supplier. The Scottish Police Authority intend to award a contract early January 2020, with an estimated Contract Go-Live date of 1st April 2020, subject to internal governance processes. The contract will be for a duration of three (3) years with the option to extend for a further period of up to twelve months plus twelve months.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial duration of contract is 3 Years with the option to extend for a further two periods of up to twelve (12) months each."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-08-06T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "During the Contract period, the Contractor will be measured on a number of Key Performance Indicators as detailed within the ITT. If a KPI is not met, the contract value at-risk will be 2% of the total monthly invoiced amount in the form of a financial credit. The overall score will be calculated as: the sum of individual KPIs, multiplied by each KPI, multiplied by the overall KPI category weighting. The value at risk each month is one (1) less the overall score achieved. Actual Pass scores will be confirmed with the successful Tenderer at award."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Question 4A.1 Trade Registers It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. Tenderers within the UK must confirm if they are registered under Companies House within this question, If the Tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015."
                },
                {
                    "type": "economic",
                    "description": "It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below: ESPD Question 4B5 Insurances, Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Product Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. ESPD Question 4B6 Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the ESPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful."
                },
                {
                    "type": "technical",
                    "description": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. The below requirements will be requested during the tender process: ESPD Question 4C1.2 Two (2) examples of the provision of similar services to organisations of a similar size and geographical spread will be requested and must be from within the last 3 years for goods and services. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.",
                    "minimum": "VETTING REQUIREMENTS: The tenderer's representative with overall responsibility for undertaking the works and the personnel assigned to the supply of the services shall be vetted to Non Police Personnel Vetting Standards (NPPV) Level 2. It would be beneficial if tenderer's put forwards team that hold or have recently held NPPV Level 2."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 240
            }
        },
        "classification": {
            "id": "79993100",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Three Years, however, if extended, five years."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 124-303054"
        }
    ],
    "description": "Economic Operators 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. ESPD Question 1.81 4C Products The Tenderer will be asked to provide samples of the Core Consumables required, as detailed within the ITT, during Presentations, where Presentations are held. Presentations will not be evaluated however, the Tenderer must be able to confirm that its offering is compatible. ESPD Question 4D.1 Quality Assurance/Health and Safety Requirements Tenderers may be required to provide the following for Quality Assurance/Health and Safety Requirements: EITHER: Option A) If a Tenderers organisation holds a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001(or equivalent), or if a Tenderers organisation have, within the last twelve months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then a copy of the certificate may be requested. OR, Option B) If a Tenderers organisation has a policy for health and safety (H&S) management, then a copy of the policy may be requested. Guidance Organisations with less than five employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on micro businesses in particular will be taken into account by buyers and the evaluation panel. Your policy should provide evidence that your organisation has a H&S policy that is endorsed by the chief executive officer and that it is regularly reviewed. The policy should be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within your organisation. Your policy should 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. Living Wage Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only. Equality and Diversity Tenderers will be required to comply with the statutory obligations under the Equality Act 2010. Declaration of Non-Involvement in Serious Organised Crime Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime form. Subcontractor Detail Tenderers will be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the ESPD. Data Protection Tenderers must be aware of their obligations under the Data Protection Act as set out in the Contract. (SC Ref:609308)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000588466"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000588466"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC342",
            "suppliers": [
                {
                    "id": "org-416",
                    "name": "Churchill Contract Services Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC342",
            "awardID": "PROC342",
            "status": "active",
            "value": {
                "amount": 17945935,
                "currency": "GBP"
            },
            "dateSigned": "2019-12-23T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "664",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "665",
                "measure": "electronicBids",
                "value": 1,
                "relatedLot": "1"
            }
        ]
    }
}