Construction Tenders

Fri May 03 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 20th Nov 2023

Tender Details
Referenceocds-h6vhtk-041b14
Common Procurement VocabularyAccommodation, building and window cleaning services
Procurement MethodOpen procedure
Value-
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 20th Nov 2023

Tender Details
Referenceocds-h6vhtk-041b14
Common Procurement VocabularyAccommodation, building and window cleaning services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Yorkhill Housing Association Ltd

1271 Argyle Street

Glasgow

G3 8TH

Contact

Grant Kennedy

Email

administration [at] yorkhillha.org

Telephone

+44 1412857910

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.yorkhillha.org

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

Email

glasgow [at] scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

Internet address

www.scotcourts.gov.uk