Section one: Contracting authority
one.1) Name and addresses
NHS Lothian
Procurement Headquarters, Lothian Health Board Waverley Gate 2-4 Waterloo Place
Edinburgh
EH1 3EG
Contact
Diana Rapan
diana.rapan@nhslothian.scot.nhs.uk
Telephone
+44 7977246888
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nhslothian.scot.nhs.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326
one.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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Window Cleaning Services
Reference number
LOTL338-22
two.1.2) Main CPV code
- 90911000 - Accommodation, building and window cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Lothian requires to appoint a single suitably qualified and experienced contractor to undertake all window cleaning, internal and external, within specified locations across the NHS Lothian estate. The contract will ensure that the NHS Lothian buildings are maintained to a high standard by regular maintenance and reactive window cleaning.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
- UKM73 - East Lothian and Midlothian
- UKM78 - West Lothian
two.2.4) Description of the procurement
NHS Lothian requires to appoint a single suitably qualified and experienced contractor to undertake all window cleaning, internal and external, within specified locations across the NHS Lothian estate.
Most of the work is planned, with window cleaning services to be undertaken at a variety of healthcare premises, for example, Hospitals and Health Centres across Edinburgh, Midlothian, East Lothian and West Lothian.
Unplanned work may be required on an ad hoc basis.
The service must be responsive to the needs of the Board and offer flexibility to adapt to emerging needs.
The successful contractor must be willing to work collaboratively with NHS Lothian’s Facilities personnel.
Prior to commencing the contract, the Contractor is deemed to have satisfied themselves as to the needs of each building listed in the Commercial Schedule with reference to working at height regulations and other Health and Safety requirements.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £400,000
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
The contract includes the option to extend by 2 periods of 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.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders are required to provide their average yearly turnover for the last 3 years.
Bidders should confirm that total revenue derived directly from NHS Lothian, including this contract, would not exceed 40% of their total average yearly turnover.
Employer's (Compulsory) Liability Insurance of 5 million GBP
Public Liability Insurance of 2 million GBP
Where the Bidder is providing a submission on behalf of a subsidiary company, upon request, the Bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must provide three examples of previous (or current) contracts giving information on type of environment, number of buildings and contact for references.
Please submit 3 references from past customers that support your application to provide this service. All references should be relevant to the type of work described on the General Specification.
Health and Safety. The Bidder must have the following:
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company’s responsibilities of H&S management and compliance with legislation.
NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement.
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
Originally published as:
Date
1 March 2023
Local time
12:00pm
Changed to:
Date
8 March 2023
Local time
12:00pm
See the change notice.
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 March 2023
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: It is expected that contract will be retendered in 2028.
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
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=720622.
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.
(SC Ref:720622)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=720622
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom