Notice Information
Notice Title
Office Cleaning Services at Gourock
Notice Description
CalMac Ferries Limited (CFL), is seeking to enter a contractual agreement with a suitably experienced Contractor with high quality standards and robust procedures in place to deliver the provision of cleaning services. These services are required at the following locations: - Port Offices and Waiting Room, Gourock, PA19 1QP; - Faulds Park, Gourock, PA19 1FB; Each location has its own unique set of requirements which will be listed in the Scope of Requirements within the Invitation to Tender document.
Lot Information
Lot 1
CalMac Ferries Limited (CFL), is seeking to enter a contractual agreement with a suitably experienced Contractor with high quality standards and robust procedures in place to deliver the provision of cleaning services. These services are required at the following locations: - Port Offices and Waiting Room, Gourock, PA19 1QP; - Faulds Park Offices, Gourock, PA19 1FB; Each location has its own unique set of requirements and these will be detailed in the Scope of Requirements within the Invitation to Tender document. The successful Contractor will be required to: - adhere to a relevant set of KPI's; - Manager to attend CFL sites at Gourock for a mandatory on-site weekly audit; - pay employers Scottish Living Wage to achieve required fair work standards.. 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: Option to extend for a further two 12 month periods
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000731213
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY478323
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90900000 - Cleaning and sanitation services
90910000 - Cleaning services
90911300 - Window-cleaning services
Notice Value(s)
- Tender Value
- £233,604 £100K-£500K
- Lots Value
- £230,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 May 20232 years ago
- Submission Deadline
- 12 Jun 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Approx. 4 years from date of award.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CALMAC FERRIES LIMITED
- Contact Name
- Not specified
- Contact Email
- alison.ure@calmac.co.uk
- Contact Phone
- +44 1475650243
Buyer Location
- Locality
- GOUROCK
- Postcode
- PA19 1QP
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde West
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY478323
Office Cleaning Services at Gourock - CalMac Ferries Limited (CFL), is seeking to enter a contractual agreement with a suitably experienced Contractor with high quality standards and robust procedures in place to deliver the provision of cleaning services. These services are required at the following locations: - Port Offices and Waiting Room, Gourock, PA19 1QP; - Faulds Park, Gourock, PA19 1FB; Each location has its own unique set of requirements which will be listed in the Scope of Requirements within the Invitation to Tender document.
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-r6ebe6-0000731213-2023-05-12T00:00:00Z",
"date": "2023-05-12T00:00:00Z",
"ocid": "ocds-r6ebe6-0000731213",
"initiationType": "tender",
"parties": [
{
"id": "org-95",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"email": "alison.ure@calmac.co.uk",
"telephone": "+44 1475650243",
"faxNumber": "+44 1475650243",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Ferry Operator - Transport",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator - Transport",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-96",
"name": "Greenock Sherriff Court",
"identifier": {
"legalName": "Greenock Sherriff Court"
},
"address": {
"locality": "Greenock",
"postalCode": "PA15"
},
"contactPoint": {
"url": "http://www.calmac.co.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-95"
},
"tender": {
"id": "CSHS22-118",
"title": "Office Cleaning Services at Gourock",
"description": "CalMac Ferries Limited (CFL), is seeking to enter a contractual agreement with a suitably experienced Contractor with high quality standards and robust procedures in place to deliver the provision of cleaning services. These services are required at the following locations: - Port Offices and Waiting Room, Gourock, PA19 1QP; - Faulds Park, Gourock, PA19 1FB; Each location has its own unique set of requirements which will be listed in the Scope of Requirements within the Invitation to Tender document.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "90910000",
"scheme": "CPV"
},
{
"id": "90911300",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 233604,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2023-06-12T12:00:00Z"
},
"documents": [
{
"id": "MAY478323",
"documentType": "contractNotice",
"title": "Office Cleaning Services at Gourock",
"description": "CalMac Ferries Limited (CFL), is seeking to enter a contractual agreement with a suitably experienced Contractor with high quality standards and robust procedures in place to deliver the provision of cleaning services. These services are required at the following locations: - Port Offices and Waiting Room, Gourock, PA19 1QP; - Faulds Park, Gourock, PA19 1FB; Each location has its own unique set of requirements which will be listed in the Scope of Requirements within the Invitation to Tender document.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY478323",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "CalMac Ferries Limited (CFL), is seeking to enter a contractual agreement with a suitably experienced Contractor with high quality standards and robust procedures in place to deliver the provision of cleaning services. These services are required at the following locations: - Port Offices and Waiting Room, Gourock, PA19 1QP; - Faulds Park Offices, Gourock, PA19 1FB; Each location has its own unique set of requirements and these will be detailed in the Scope of Requirements within the Invitation to Tender document. The successful Contractor will be required to: - adhere to a relevant set of KPI's; - Manager to attend CFL sites at Gourock for a mandatory on-site weekly audit; - pay employers Scottish Living Wage to achieve required fair work standards.. 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.",
"status": "active",
"value": {
"amount": 230000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical and Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a further two 12 month periods"
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Tenderers must pass the minimum standards sections of the SPD (Scotland). Part 3, sections B, C and D of Part 4 will be scored on a pass/fail basis on the Qualification Envelope. Part 4C of the Technical Envelope will be scored questions."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2023-07-12T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the SPD (Scotland) Statement for 4B.4: Bidders must provide its ('general') yearly turnover for the last 3 (three) financial years. Bidders must provide their (\"specific\") yearly turnover for the last 3 (three) financial years. 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 = 5 million GBP Public Liability Insurance = 5 million GBP Product Liability Insurance = 5 million GBP Professional Indemnity Insurance = 5 million GBP"
},
{
"type": "technical",
"minimum": "Statement for 4.D.1: Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards in accordance with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes Statement for 4.D.1: Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required health and safety standards in accordance with BS OHSAS 18001:2007 Health & Safety Management Systems or working towards ISO 45001:2018 Occupational Health & Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards Statement for 4.D.2: Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "90900000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Approx. 4 years from date of award."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 049-112707"
}
],
"description": "CFL's Conditions of Contract will be published with the ITT document. Please note the following has been removed from SPD document: 2A Lots; 4B.1.2, 4B.2.2 & 4B.4 Economic and Financial Standing; 4E Global Question. Economic Operators should note that the conditions of the procurement include (but are not limited to) the following: -The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Economic Operator; -CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; -Economic Operators will remain responsible for all costs and expenses incurred by them in connection. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator's participation in this competition, including any costs or other liability in respect of the cancellation of the process. CFL reserves the right not to award a contract pursuant to this procurement and to cancel the procurement at any point without liability. Tenderers should note that CFL intends to ask questions at the ITT stage, these questions form a small part within a broader question base. The award criteria questions and weightings will be published in the ITT. Tenderers will be expected to demonstrate capability. These ITT questions shall be grouped as either belonging to mandatory Pass/Fail type questions or questions which shall be scored and weighted. Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward. Questions in the ITT will be scored using the following methodology: 100 - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. 75 - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled. 50 - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 25 - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 0 - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. Award Criteria questions can be found in the ITT together with the weightings. COMPETITIVE PROCEDURE WITH NEGOTIATION EXPLANATION - Competitive Procedure with Negotiation (CPN) this is a two-stage procedure run in a similar way to a Restricted procedure. This requires interested parties to complete a pre-qualification stage by submitting a Single Procurement Document (SPD) before being invited to submit a tender. This down selection process allows CFL to limit the number of parties receiving the full tender and moving forward to the negotiation phase(s). The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6161. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:731213)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000731213"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}