Tender

TPC Bus Shelter Cleaning, Glazing & Minor Maintenance Framework

  • Perth & Kinross Council
  • Dundee City Council
  • Angus Council

F02: Contract notice

Notice identifier: 2021/S 000-002449

Procurement identifier (OCID): ocds-h6vhtk-0290f8

Published 8 February 2021, 9:56am



Section one: Contracting authority

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Contact

Lauren Dow

Email

LDow@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

one.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1NZ

Contact

Kennt MacNaughton

Email

eprocurement@dundeecity.gov.uk

Telephone

+44 1382434000

Fax

+44 1382433045

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

www.dundeecity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220

one.1) Name and addresses

Angus Council

Angus House, Orchardbank Business Park

Forfar

DD8 1AN

Contact

Iain Leith

Email

wallacesa@angus.gov.uk

Telephone

+44 3452777778

Fax

+44 1382433045

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.angus.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

TPC Bus Shelter Cleaning, Glazing & Minor Maintenance Framework

Reference number

TPC/BSCGLAMM/20/09

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

The framework includes the purchase of cleaning to bus shelters and associated infrastructure and / or glazing and minor maintenance.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Glazing and Minor Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKM - SCOTLAND
Main site or place of performance

Perth & Kinross, Dundee and Angus

two.2.4) Description of the procurement

The Contractor shall provide the Services, namely bus shelter glazing and minor works to the Purchaser(s) fully in accordance with the standards and provisions set out in the Specification of Requirements and (without prejudice to that generality) to a standard sufficient to maintain all of the purchaser’s bus shelters and associated infrastructure in a safe condition, all to the complete satisfaction of the Purchaser.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.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

The Purchaser shall have the option of extending the Framework (either singly or in phases) for a further period (or periods) of up to 2 years after the expiry of the term.

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

two.2) Description

two.2.1) Title

Cleaning

Lot No

1

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • UKM - SCOTLAND
Main site or place of performance

Perth & Kinross, Dundee and Angus.

two.2.4) Description of the procurement

The Contractor shall provide the Services, namely bus shelter cleaning and associated infrastructure cleaning services to the Purchaser(s) fully in accordance with the standards and provisions set out in the Specification of Requirements and (without prejudice to that generality) to a standard sufficient to maintain all of the purchaser’s bus shelters and associated infrastructure in a clean and graffiti-free condition, all to the complete satisfaction of the Purchaser.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.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

The Purchaser shall have the option of extending the Framework (either singly or in phases) for a further period (or periods) of up to 2 years after the expiry of the term.

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.1.2) Economic and financial standing

List and brief description of selection criteria

1. Bidders will be requested to provide confirmation within the tender submission that the stated financial ratio tests are met.

2. Bidders must have, or commit to obtain should they be successful at contract award stage, the following insurances and be able to provide evidence of cover.

Minimum level(s) of standards possibly required

1. Current Ratio - it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

Net Assets (Net Worth) - it is expected that the Net Worth will be positive, i.e. a Net Assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

2. Employer’s (Compulsory) Liability Insurance = 10M GBP for each and every claim.

Public Liability Insurance = 5M GBP for each and every claim.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be requested to provide examples of services carried out that demonstrate that they have the relevant experience to deliver the service as described within the tender documents.

Bidders will be requested to provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract.

Bidders will be requested to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons.

Minimum level(s) of standards possibly required

Bidders will be requested to provide a minimum of 2 examples of services carried out in the past 3 years that demonstrate that they have the relevant experience to deliver the service as described within the tender documents. The examples should demonstrate as a minimum; Duty of Care and Risk Management; Reporting and Communication.

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001.Equivalent and alternatives can be found within procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

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

10 March 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 8 June 2021

four.2.7) Conditions for opening of tenders

Date

10 March 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17768. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:641072)

six.4) Procedures for review

six.4.1) Review body

Perth Sheriff Court

Perth

Country

United Kingdom