Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Mechanical PPM and Reactive Services

  • First published: 10 August 2020
  • Last modified: 10 August 2020
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Glasgow Clyde College
Authority ID:
AA62772
Publication date:
10 August 2020
Deadline date:
09 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Glasgow Clyde College, Glasgow Kelvin College and West College Scotland are seeking a Contractor for the provision of mechanical planned preventive maintenance and reactive services.

The key objectives of the maintenance contract are to achieve the performance and building user satisfaction requirements of the Colleges, which ensures the College buildings are operational for the delivery of the curriculum at all times. The contractor shall be encouraged to apply best market place techniques and procedures.

The maintenance required is to that specified by SFG 20, which is the industry standard for planned maintenance. This standard is to be applied to all applicable aspects of the contract and to all plant items within the asset register.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Glasgow Clyde College

Cardonald Campus, 690 Mosspark Drive

Glasgow

G52 3AY

UK

Telephone: +44 1412723312

E-mail: atoland@glasgowclyde.ac.uk

NUTS: UKM82

Internet address(es)

Main address: http://www.glasgowclyde.ac.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00457

I.1) Name and addresses

Glasgow Kelvin College

123 Flemington St

Glasgow

G21 4TD

UK

Telephone: +44 1416305000

E-mail: ALees@glasgowkelvin.ac.uk

NUTS: UKM82

Internet address(es)

Main address: https://www.glasgowkelvin.ac.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA22362

I.1) Name and addresses

West College Scotland

Renfrew Road

Paisley

PA3 4DR

UK

Telephone: +44 3006006060

E-mail: info@wcs.ac.uk

NUTS: UKM

Internet address(es)

Main address: http://www.westcollegescotland.ac.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00465

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Mechanical PPM and Reactive Services

Reference number: GCC-GRPT-MPPM-20

II.1.2) Main CPV code

79993100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Glasgow Clyde College on its own behalf and on behalf of Glasgow Kelvin College and West College Scotland are seeking a contractor for the provision of mechanical planned preventive maintenance and reactive services.

The key objectives of the maintenance contract are to achieve the performance and building user satisfaction requirements of the Colleges, which ensures the College buildings are operational for the delivery of the curriculum at all times. The contractor shall be encouraged to apply best market place techniques and procedures.

The estimated value is based on historical figures and must be taken as an indication only and not a guarantee of spend.

II.1.5) Estimated total value

Value excluding VAT: 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50710000

50700000

50712000

79993000

II.2.3) Place of performance

NUTS code:

UKM82

UKM83

II.2.4) Description of the procurement

Glasgow Clyde College, Glasgow Kelvin College and West College Scotland are seeking a Contractor for the provision of mechanical planned preventive maintenance and reactive services.

The key objectives of the maintenance contract are to achieve the performance and building user satisfaction requirements of the Colleges, which ensures the College buildings are operational for the delivery of the curriculum at all times. The contractor shall be encouraged to apply best market place techniques and procedures.

The maintenance required is to that specified by SFG 20, which is the industry standard for planned maintenance. This standard is to be applied to all applicable aspects of the contract and to all plant items within the asset register.

II.2.5) Award criteria

Criteria below:

Quality criterion: Experience and capability / Weighting: 5

Quality criterion: Equipment, spares and stockholding / Weighting: 5

Quality criterion: Key personnel / Weighting: 5

Quality criterion: Reporting and contract management / Weighting: 5

Quality criterion: Subcontracting and service delivery / Weighting: 1

Quality criterion: Staffing and resources / Weighting: 2.5

Quality criterion: Quality management / Weighting: 2.5

Quality criterion: Health and safety / Weighting: 2

Quality criterion: Community benefits / Weighting: 1

Quality criterion: Fair working practices / Weighting: 1

Price / Weighting:  70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The colleges reserve the right to independently extend the relevant contract for up to a further 12-month period subject to satisfactory performance and continued relevance to the college's requirements

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents in addition to: ESPD (Scotland) section IV Part B 4B.2.1. Bidders will be required to have a minimum yearly ‘specific’ turnover of GBP 400 000 for the last 2 years in the business area covered by the contract. 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they are set up or started trading.

Statement for 4B.5.1-3. Insurances: 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 = GBP 5 000000

Public liability insurance = GBP 5 000000

Product liability insurance = GBP 2 000000

Q4B.6 Bidders will be required to provide 2 years audited accounts or equivalent when requested, prior to the finalisation of the envisaged award of contract. Alternatively, if the contractor is unable to provide the required accounting information e.g. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the contractors organisation over the term of the contract. Bidders are required to confirm that they will be able to provide the required information prior to award of contract.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

As stated within the procurement documents in addition to:

Minimum level(s) of standards required

— 4C.1.2, bidders are required to provide three examples from the past 5 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4) of this contract notice or the relevant section of the site notice.

The Colleges reserve the right to contact any or all, of the companies provided in previous works examples to ascertain performance. Candidates should ensure that companies listed would be willing to discuss the candidates’ performance with the college.

— Bidders are required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

— 4C.10, bidders will be required to confirm whether they intend to subcontract and, if so, what portion of the contract.

— If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely on to satisfy the selection criteria, you must secure that each subcontractor completes a separate ESPD (Scotland) response for all parts of the ESPD (Scotland) Qualification Envelope, except Part 4.

Q4D.1 Mandatory pass/fail question — quality management procedures

1) the bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or

2) the bidder can demonstrate an equivalent.

Q4D.1 Mandatory pass/fail questions — health and safety

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN OHSAS 18001 (or equivalent) or have, in the last 12 months, successfully met the assessment requirements of a related scheme in registered membership of the safety schemes in procurement (SSIP) forum.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The maintenance required is to that specified by SFG20, which is the industry standard for planned maintenance. This standard is to be applied to all applicable aspects of the contract and to all plant items within the asset register.

A set of key performance indicators will be used to manage the contract and monitor performance. These are detailed below as a minimum. Additional KPI's may be agreed by each college at the pre-contract start meeting or any time during the contract period.

— successful completion of all PPM visits by agreed scheduled date,

— ability to complete reactive maintenance within specified time frame,

— compliance with call-out response timescales,

— invoice accuracy,

— provision of management information.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 09/09/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 09/09/2020

Local time: 13:00

Place:

Glasgow.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Subject to the relevant colleges discretion in whether or not to exercise the extension period the contract will be re-tendered either in 2023 or 2024.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

APUC Supply chain code of conduct

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 E for information only.

Freedom of information (Appendix B)

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, bidders 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 (Appendix A)

Bidders will be required 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 ITT exercise. The project code is 16722. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The contractor will work with the relevant college to deliver community benefits or social value where they are identifiable throughout the term of the contract. Examples are providing training opportunities for staff and students, providing apprenticeships for students and investment in the local area.

(SC Ref:627234)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

UK

VI.5) Date of dispatch of this notice

05/08/2020

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
79993100 Facilities management services Building and facilities management services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
atoland@glasgowclyde.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.