Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 20th Nov 2023
Reference | ocds-h6vhtk-041b14 |
Common Procurement Vocabulary | Accommodation, building and window cleaning services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 20th Nov 2023
Reference | ocds-h6vhtk-041b14 |
Common Procurement Vocabulary | Accommodation, building and window cleaning services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Yorkhill Housing Association Ltd
1271 Argyle Street
Glasgow
G3 8TH
Contact
Grant Kennedy
administration [at] yorkhillha.org
Telephone
+44 1412857910
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15182
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Yorkhill HA Close Cleaning 2024
Reference number
6379
II.1.2) Main CPV code
- 90911000 - Accommodation, building and window cleaning services
II.1.3) Type of contract
Services
II.1.4) Short description
The successful Candidate will be responsible for the cleaning of common areas in/ to the Employer’s tenanted properties including: all stairs, landings, close windows and bin stores. Provide all necessary cleaning supplies and safe temporary access; and all resultant communication/ quality control including monitoring forms, to occupied flats/ houses/ closes at Various Addresses, Glasgow G3 as listed at schedule 1.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 90911200 - Building-cleaning services
II.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Yorkhill, Glasgow G3
II.2.4) Description of the procurement
The tender evaluation will comprise the Capability SPD, your quality score for your Contractor Design Statement [CDP]; and the Contract Sum stated on the Form of Tender.
The submitted Capability SPD will assess the selection criteria as a pass or fail to identify contractors who pass by meeting the specified criteria. Only those contractors who achieve an SPD pass will have their tender quality and price considered/ evaluated.
The criteria for price/ quality scoring will be to reach a total percentage score as follows:
Price (tender)- deducting 1% from 100 for every percentage point each tender is in excess of the lowest tender, prior to weighting.
Quality- Contractor Design Statement [CDP] scoring will be maximum 100 marks, submissions ranked in relation to the other candidates based on the Employer’s stated aspirations/ requirements and the information provided by the candidate(s). The Contractor Design Statement [CDP] scores will be converted to a percentage, prior to weighting.
The highest scoring candidate may be recommended for acceptance as the preferred contractor.
II.2.5) Award criteria
Quality criterion - Name: CDP Quality submission / Weighting: 70
Price - Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
The Initial contract period is 1st April 2024 to 31st March 2025, with Employer Options to extend annually to 31st March 2029.
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
Refer 'Instructions to Contractors and Project Criteria' at Specification of Works pages 5-11.
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
[Capability Document SPD clause in brackets]:
[2C.1] It is the Employer’s preference that the contractor does not rely on the capacity of others
[2D.1] It is the Employer’s preference that works are not sub-contracted;
[4B1.1] The Candidate must have an annual average turnover more than GBP150,000.00 over the past 3 years
[4B.3] Newly established organisations [3 years old or less] should provide financial and capability information
[4B.5.1b & 4B.5.2] The minimum Insurance requirements are GBP5m cover for Public liability; GBP10m cover for Employer’s liability
[4B.6] The Candidate must have an annual net profit greater than zero in each of the past 3 years or a statement in mitigation and agreement to enquiries through credit reference
[4B.6] Candidates must agree to provide financial accounts on request and consent to additional financial background credit checks by the Employer
[4C.1] Contractors must include evidence of experience, directly or by in-house team(s), of completion of as many [and a minimum of three] similar common close/stair cleaning contracts as practicable in the past 3 years, preferably for RSL’s
[4C.1] The Employer must be deemed to be permitted to obtain references from any of the candidate’s clients
[4C.2] Suitably experienced and qualified local quality controller
[4C.6] Be corporate members of the British Institute of Cleaning Science [BICS]
[4C.6.1] Your person(s) of influence must be NEBOSH or IOSH qualified;
[4C.9] Operation of a management database system
[4C.9] Arrangements for access to & working at height
[4C.9] Evidence of your Equal Opportunities policy
[4D.1] Be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP);
[4D.1 & 4D.2] Be accredited for compliance in accordance with ISO 9001[Quality Management] &14001 [Environmental Management] or
provide evidence that your organisation has equal and effective operational procedures in place.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Refer to the Specification of Works
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the 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
20 December 2023
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
20 December 2023
Local time
12:30pm
Place
Yorkhill HA offices: 1271 Argyle Street, Glasgow, G3 8TH and/ or remotely
Information about authorised persons and opening procedure
Yorkhill HA staff and committee members in accordance with the Association's tendering procedures.
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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
Refer to 'Instructions to Contractors and Project Criteria' at Specification of Works pages 5-11
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=750868.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Refer Specification of Works Schedule 7
(SC Ref:750868)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9TW
glasgow [at] scotcourts.gov.uk
Telephone
+44 1414298888
Country
United Kingdom