Opportunity

CFM0018 - Cleaning & Sanitising of bin chutes, bins and associated storage areas

  • Fife Council

F02: Contract notice

Notice reference: 2021/S 000-006813

Published 1 April 2021, 12:08pm



The closing date and time has been changed to:

12 May 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Fife Council

Bankhead Central, Bankhead Park

Glenrothes

KY7 6GH

Email

Wendy.wylie@fife.gov.uk

Telephone

+44 3451550000

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fife.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CFM0018 - Cleaning & Sanitising of bin chutes, bins and associated storage areas

Reference number

CFM0018

two.1.2) Main CPV code

  • 90900000 - Cleaning and sanitation services

two.1.3) Type of contract

Services

two.1.4) Short description

Fife Council requires to appoint a Contractor capable of meeting the needs of the Council in relation to the cleaning and sanitising of bin chutes, bins and associated storage areas at various locations throughout Fife.

two.1.5) Estimated total value

Value excluding VAT: £312,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90900000 - Cleaning and sanitation services
  • 90680000 - Beach cleaning services

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Various locations within Fife

two.2.4) Description of the procurement

Fife Council requires to appoint a Contractor capable of meeting the needs of the Council in relation to the cleaning and sanitising of bin chutes, bins and associated storage areas at various locations throughout Fife.

two.2.5) Award criteria

Quality criterion - Name: Total Quality / Weighting: 50

Cost criterion - Name: Total Price / Weighting: 50

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

Fife Council has allowed for the option of extending this agreement up to a maximum total of 24 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

Asbestos Awareness Certification

Protection of Vulnerable Groups PVG scheme

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Current Ratio will be applied. Tenderers are required to provide their current assets and current liabilities in relation to their audited published accounts for the last two years and to divide the current assets by the current liabilities figure. If a company does not have 2 years of audited published accounts an explanation should be given. Bidders are expected to achieve a ratio of 1 or more. Where a Bidder does not meet this requirement further details should be provided to confirm the reasons why, the Council may undertake additional financial checks using a tool such as Creditsafe and a qualitative judgement shall be made as to the financial capacity of the tenderer. Fife Council may require a parent company guarantee, a performance guarantee bond, a bank guarantee, and or an advance payment bond.

It is a requirement that the Tenderer holds or can commit to obtain, prior to the commencement of any contract, the minimum insurance levels states below:

Employer’s Liability - GBP10 million

Public Liability including Product Liability where appropriate GBP5 million

three.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers are required to demonstrate that they have the relevant experience to deliver the services required by the Council. Tenderers should provide as a minimum one example of relevant experience of a similar contract including description of services provided, total value, Dates of this agreement, Client etc

Please provide a maximum of 500 words for each example.

Minimum level(s) of standards possibly required

Asbestos Awareness Training Certification

Protection of Vulnerable Groups PVG Scheme members in respect of regulated work with children and protected adults.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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 a single operator

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

5 May 2021

Local time

12:00pm

Changed to:

Date

12 May 2021

Local time

12:00pm

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

5 May 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: The Council may opt to advertise the next generation framework in the future.

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

Question scoring methodology for Selection criteria: pass fail

Award criteria questions can be found in the ITT together with the weightings.

Award methodology will be the following:

0 Very Poor nil or inadequate response. Fails to demonstrate an ability to meet the requirement

1 Poor response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 Acceptable response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 Good response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 Excellent response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full

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=649392.

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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Community Benefits

Tenderers should outline within their tender response any Community Benefits they would offer under the terms of this Contract such as

Community Engagement

Support to community groups within Fife etc.

Please note that only those community benefits that relate to the subject matter of the framework will be taken into account. This will not be scored as part of the evaluation process.

(SC Ref:649392)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=649392

six.4) Procedures for review

six.4.1) Review body

Kirkcaldy Sheriff Court

Sherriff Court House, Whytescauseway

Kirkcaldy

KY1 2XQ

Email

kirkcaldy@scotcourts.gov.uk

Telephone

+44 1592260171

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session