Section one: Contracting authority
one.1) Name and addresses
Food Standards Scotland (FSS)
4th Floor, Pilgrim House, Old Ford Road
Aberdeen
AB11 5RL
Telephone
+44 1224285172
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=AA24524
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Managed Workwear Provision and Laundry Services
Reference number
FSS/2025-001
two.1.2) Main CPV code
- 98311200 - Laundry-operation services
two.1.3) Type of contract
Services
two.1.4) Short description
The Service Provider will be required to supply a Work Wear and Laundry service for approximately 120 personnel to carry out their duties in a hygienic and safe manner throughout the abattoirs of Scotland.
two.1.5) Estimated total value
Value excluding VAT: £225,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98311200 - Laundry-operation services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The Service Provider will be required to supply a Work Wear and Laundry service for approximately 120 FSS personnel to carry out their duties in a hygienic and safe manner throughout the abattoirs in Scotland.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.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
Potential extension options of up to 2 x 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
EN14065
ISO 9001 and ISO 14001
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must demonstrate a current ratio of no less than 1. Current ratio will be calculated as follows: total current assets divided by total current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. Bidders who do not comply with the above financial requirements but are part of a group, can provide a parent guarantee if the parent company satisfies the financial requirements stipulated above.
Minimum level(s) of standards possibly required
Insurances
Professional Indemnity GBP 5M
Employer`s Liability GBP 5M
Public Liability GBP 10M
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to Question 4C.4 Instructional Attachment within ITT documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 February 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 February 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please provide a statement of the relevant supply chain management and/or tracking systems used:
Requirement -
If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have
access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include
confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and
provide evidence when requested of:
a) their standard payment terms
b) =95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is u
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=820198.
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.
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:
A non scored Community Benefits question has been included in th eSelection and Award Criteria
(SC Ref:820198)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=820198
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sheriff Court
Aberdeen
Country
United Kingdom