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