Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 7th Feb 2024
Reference | ocds-h6vhtk-0437c3 |
Common Procurement Vocabulary | Cleaning services |
Procurement Method | Open procedure |
Value | £331,834 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 7th Feb 2024
Reference | ocds-h6vhtk-0437c3 |
Common Procurement Vocabulary | Cleaning services |
Procurement Method | Open procedure |
Value | £331,834 |
Section I: Contracting authority
I.1) Name and addresses
Calmac Ferries Ltd
Ferry Terminal, The, Gourock
Gourock
PA19 1QP
Contact
Ryan Armour
Ryan.Armour [at] calmac.co.uk
Telephone
+44 1475638295
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923
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
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity
Ferry Operator
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Cleaning Services for Brodick Terminal
Reference number
CSOP23-563
II.1.2) Main CPV code
- 90910000 - Cleaning services
II.1.3) Type of contract
Services
II.1.4) Short description
CalMac Ferries Ltd are looking to award a single supplier the Contract for cleaning at our Brodick site. This service will ensure cleanliness is upheld on-site at Brodick to ensure a satisfactory service is provided to our customers with health and safety at forefront of CalMac’s priorities. Whilst cleaning services are paramount for customer satisfaction, it is also important to ensure that the facilities are upkept so that CalMac employees have clean working facilities.
II.1.5) Estimated total value
Value excluding VAT: £331,833.60
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
II.2.3) Place of performance
NUTS codes
- UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
II.2.4) Description of the procurement
CalMac Ferries Ltd are looking to award a single supplier the Contract for cleaning at our Brodick site. This service will ensure cleanliness is upheld on-site at Brodick to ensure a satisfactory service is provided to our customers with health and safety at forefront of CalMac’s priorities. Whilst cleaning services are paramount for customer satisfaction, it is also important to ensure that the facilities are upkept so that CalMac employees have clean working facilities.
II.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: £331,833.60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There will be a two 12-month extension options available.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
List and brief description of conditions:
It is a mandatory requirement that Tenderers are Real Living Wage accredited.
III.1.2) Economic and financial standing
List and brief description of selection criteria
The Bidder must provide its (general) yearly turnover for the last 3 financial years.
The Bidder must provide its (specific) yearly turnover in the business area(s) covered by the contract for the last 3 financial years.
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 = 5 million GBP;
Public Liability Insurance - 5 million GBP;
Product Liability Insurance - 5 million GBP
Professional Risk Indemnity Insurance - 5 million GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards in accordance with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes.
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required health and safety standards in accordance with BS OHSAS 18001:2007 Health & Safety Management Systems or working towards ISO 45001:2018 Occupational Health & Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards.
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards
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.2.1) Previous publication concerning this procedure
Notice number: 2019/S 057-131725
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
8 March 2024
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
8 March 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: These services are regularly required and the intention to re-tender in the next 2-4 years depending on utilisation of extension options.
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25754. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits will apply to this contract due to the potential employment of local individuals.
(SC Ref:752336)
VI.4) Procedures for review
VI.4.1) Review body
Scottish Courts and Tribunals Services
Sherriff Court House
Greenock
PA15 1TR
Country
United Kingdom