Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Lauren Dow
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
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
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
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
Telephone
+44 3452777778
Fax
+44 1382433045
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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