Contract award notice
Results of the procurement procedure
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: UKM82
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.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 and associated services for two of the College's campuses in Glasgow.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 377 340.06
GBP
II.2) Description
II.2.2) Additional CPV code(s)
90919300
90919200
90919000
90911000
90922000
II.2.3) Place of performance
NUTS code:
UKM82
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 2 of the College's 3 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 and 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, 08:00-17:00. Tuesday and Thursday 08:00-20:30. — Core hours (outside term time) – Monday to Friday, 09:00-16:00.
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 and 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
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 108-217294
Section V: Award of contract
Contract No: GCC-L-CS17
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/02/2018
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ISS Mediclean Limited Trading as ISS Facility Services Education
ISS Velocity 1, Brooklands Drive, Brooklands
Weybridge
KT13 0SL
UK
Telephone: +44 8450576300
Fax: +44 8714236300
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 377 340.06
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
(SC Ref:546763).
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
14/06/2018