Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glasgow Clyde College
690 Mosspark Drive
Glasgow
G52 3AY
UK
Telephone: +44 1412729000
E-mail: procurement@glasgowclyde.ac.uk
NUTS: UKM34
Internet address(es)
Main address: http://www.glasgowclyde.ac.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00457
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
The Provision of Cleaning and Associated Services for Glasgow Clyde College.
Reference number: GCC-L-CS17
II.1.2) Main CPV code
90910000
II.1.3) Type of contract
Services
II.1.4) Short 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.
II.1.5) Estimated total value
Value excluding VAT:
2 260 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90919300
90919200
90919000
90911000
90922000
II.2.3) Place of performance
NUTS code:
UKM34
Main site or place of performance:
Glasgow.
II.2.4) Description of the procurement
The objective of this tender is to appoint a single Contractor to provide and manage cleaning services across two of the College's three campuses, namely in Langside and Anniesland.
The College is seeking an innovative Supplier with a strong customer focus who is able to a deliver the cleaning & associated services and will work collaboratively with the College, bringing innovative service solutions and embracing and delivering 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.
Details of the Campuses:
Anniesland Campus.
— Opened 2008.
— 26478sqm.
— 2 Buildings.
— Core Hours (term time) — Monday, Wednesday and Friday, 8:00-17:00. Tuesday & Thursday 8:00-20:30. -Core hours (outside term time) — Monday to Friday, 9:00-16:00.
Langside Campus.
— Opened 1968 (Mary Stuart Building, refurbished 1996, 2000 and 2009.
— 16834sqm.
— 4 Building.
— Core Hours (term time) — Monday, Wednesday and Friday, 08.00-17.00. Tuesday & Thursday 08.00-20.30. -Core hours (outside term time) — Monday to Friday, 09.00-16.00
— 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 multiplied by the potential length of the contract (3-5 years) therefore ranging from 1,360,000 GBP and 2,260,000 GBP, however please note that these values are purely for indicative purposes.
This contract will not be divided into lots for reasons of operational and management efficiency.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
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 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.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
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 — 75 % (Example 1- 25 %; Example 2- 25 %; Example- 3 25 %)
Q4C.4 — 25 %
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.
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
II.2.14) 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.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.1 of the notice is not applicable to this procurement exercise.
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
This section refers to ESPD (Scotland) Section IV Part B:
4B.2.1 Bidders will be required to have a minimum yearly turnover of 904 000 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.
4B.4. Bidders must demonstrate a return on capital employed at a ratio of greater than zero.
Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities).
Bidders must demonstrate a Current Ratio of greater than 1.
Current Ratio will be calculated as follows: net current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
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 = 10 000 000 GBP.
Public Liability Insurance = 5 000 000 GBP.
Professional Indemnity Insurance = 1 000 000 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.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
This section refers to ESPD (Scotland) Section IV Part C:
Q4C.1.2 Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
Example 1 — answers should include but not be limited to:
— Annual Contract Value,
— The nature of the estate covered by the contract including.
Number of buildings,
Age of each building,
Size of each building (GIA),
Operational hours of the estate:
— The range of services covered by the contract,
— How you implemented and delivered continuous improvement and innovation for the example contract;
— Details of how you delivered financial savings in the example contract whilst continuing to meet required quality standards.
Example 2 — answers should include but not be limited to:
— Annual Contract Value,
— The nature of the estate covered by the contract including.
Number of buildings,
Age of each building,
Size of each building (GIA),
Operational hours of the estate
— The range of services covered by the contract,
— Approach to contract management including:
Experience of integrating services to achieve an integrated and consistent approach across the contract;
Working collaboratively and in partnership with the client;
Demonstration of a strong customer focus;
Example 3 — - answers should include but not be limited to:
— Annual Contract Value,
— The nature of the estate covered by the contract including.
Number of buildings,
Age of each building,
Size of each building (GIA),
Operational hours of the estate
— The range of services covered by the contract
— Approach to managing a secondary TUPE transfer and successfully mobilising contracts.
Each example should be based upon a different client and contract (i.e. the 3 examples cannot refer to the same client/contract).
Each example should be limited to 3 sides of A4 using Ariel Font 12 point.
Bidders should provide full contact details of the key client contact for each of the examples provided above. The College may at its own discretion, prior to concluding the selection process, contact any references and/or undertake a site visit to certify the accuracy of the information provided.
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 ‘Instructions to Bidder’ document for clarification on weightings and scoring methodology.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The Form of Contract to be used will be the NEC3 Term Service Contract.
The contract will be subject to a performance management system with KPI's linked to payment mechanism.
The contract will also include regular contract management meetings between the College and Contractor, at one of the College Campus venues.
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
Restricted 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:
07/07/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
02/08/2017
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)
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 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:
— 2021
— 2022
The latest date for re-procuring this contract will be 2023.
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
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).
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.
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.
— 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_7747. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Information regarding the specific Community Benefits which may apply to this Contract will be provided at tender stage, however bidders should note the types of Community Benefits that may apply:
— Employment and training opportunities for local groups.
— Vocational Training.
— Equality and Diversity initiatives.
— Sub-Contracting opportunities to SME's, third sector and supported businesses.
— Educational Support initiatives.
— Work Experience opportunities for College students
(SC Ref:484715).
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Clyde College
690 Mosspark Drive
Glasgow
G52 3AY
UK
Telephone: +44 1412729000
Internet address(es)
URL: http://www.glasgowclyde.ac.uk
VI.5) Date of dispatch of this notice
05/06/2017