Section one: Contracting authority
one.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
education.corporate@scotland-excel.org.uk
Telephone
+44 1414888230
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.scotland-excel.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Supply, Delivery, Installation and Maintenance of Water Coolers & Associated Consumables
Reference number
20-21
two.1.2) Main CPV code
- 31141000 - Water coolers
two.1.3) Type of contract
Supplies
two.1.4) Short description
the proposed framework agreement of, including but not limited to, the supply, delivery, installation, sanitisation and maintenance of water
coolers and associated consumables.
The framework agreement is anticipated to run for an initial 26 months with the option to extend for up to one further 12 month periods
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Bottled Water Coolers and Associated Products (including installation)
Lot No
1
two.2.2) Additional CPV code(s)
- 15981000 - Mineral water
- 65111000 - Drinking-water distribution
- 15981200 - Sparkling mineral water
- 15981100 - Still mineral water
- 42968100 - Drinks dispensers
- 39221121 - Cups
- 39222120 - Disposable cups
- 39221120 - Cups and glasses
- 39173000 - Storage units
- 18925000 - Water-bottle holders and holsters
- 31141000 - Water coolers
- 41100000 - Natural water
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
This lot is intended to set up an arrangement whereby the contracting authorities entitled to purchase under the proposed framework agreement can procure and/or lease bottled water coolers (approximately 11 and 19 litres) including the supply, delivery and installation of these coolers.
Associated products are also covered, including bottled water, cups and racks for storing bottled water
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.
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.2.14) Additional information
Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Plumbed-In Water Coolers (including installation)
Lot No
2
two.2.2) Additional CPV code(s)
- 42912310 - Water filtration apparatus
- 42912330 - Water-purifying apparatus
- 42968100 - Drinks dispensers
- 42912300 - Machinery and apparatus for filtering or purifying water
- 51514110 - Installation services of machinery and apparatus for filtering or purifying water
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
This lot is intended to set up an arrangement whereby the contracting authorities entitled to purchase under the proposed framework agreement can procure and/or lease plumbed in water coolers including the supply, delivery and installation of the coolers.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.
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.2.14) Additional information
Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Sanitisation and Maintenance of Bottled and Plumbed-In Water Coolers
Lot No
3
two.2.2) Additional CPV code(s)
- 50883000 - Repair and maintenance services of catering equipment
- 90900000 - Cleaning and sanitation services
- 50000000 - Repair and maintenance services
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
This lot is intended to set up an arrangement whereby the contracting authorities entitled to purchase under the proposed framework agreement can procure the sanitisation and maintenance of bottled and plumbed-in water coolers.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.
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.2.14) Additional information
Economic operators may be excluded from this competition (or any competition in relation to any lot) if they are in any of the situations
referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
List and brief description of selection criteria:
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards possibly required
Minimum levels of standards possibly required:
Insurance requirements
It is a requirement of the contracts to be procured under the proposed framework agreement that bidders hold, or can commit to obtain prior
to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = GBP 10 million (minimum indemnity limit of GBP 10 million each and every claim).
Public / Products Liability Insurance = GBP 10 million (minimum indemnity limit of GBP 5 million in each occurrence).
Professional Indemnity Insurance = GBP 1 million (minimum indemnity limit of GBP 1 million in each occurrence).
Third Party Motor Vehicle Insurance = statutory third party motor vehicle liability insurance to a minimum indemnity limit of GBP 5
million for property damage and unlimited for Third Party Injury (in each and every occurrence).
Other economic and financial requirements:
The bidder is to confirm that a search of the bidder against Equifax’s Protect will not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the bidder confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does / would not
present an unmanageable risk should it be appointed on to the proposed framework agreement.
For bidders who will sub-contract part of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that sub-contractors' vehicles are appropriately insured and maintained.
three.1.3) Technical and professional ability
List and brief description of selection criteria
1. Subcontracting
2. Quality Management Procedures
3. Environmental Management Systems or Standards
4. Health and Safety Procedures
For full details please see the Procurement Documents. In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and professional ability selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards possibly required
SUBCONTRACTING:
Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts
of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).
QUALITY MANAGEMENT PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN
ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN ISO 14001 (or
equivalent) or a valid EMAS (or equivalent) certificate.
OR
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
HEALTH AND SAFETY PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered
membership of the Safety Schemes in Procurement (SSIP) forum.
OR
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 of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For full details of the conditions relevant to the proposed Framework, and contracts to be called-off there under (to the extent known or settled at this stage), please see the Procurement Documents (details of how to access these being set out in section “I.3) Communication” of this Contract Notice).
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: 10
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Whether an electronic auction will be used is at the discretion of each Scotland Excel Council, Associate Member or other Bodies Participating which will be settled by them during the procedure for the call-off of a contract under this proposed framework agreement.
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-026999
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 May 2022
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 May 2022
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
Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and
successor bodies):
- The 32 local authorities in Scotland listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx;
- Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education
sector in Scotland and their associated and affiliated bodies;
- NHS Scotland entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards,
Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated
Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
- Scotland Excel associate members listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx;
- any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland) Act 2014
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access
agreement with Scotland Excel. Rebates apply to this framework. For further details, please see the Special Conditions of Contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20128. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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 summary of the expected community benefits has been provided as follows:
It has become clear that there is scope within the legal framework which applies to public contracts, to deliver wider social benefits such as:
* Targeted recruitment and training
* Community engagement
As part of your response within the Technical criteria, Tenderers will be requested to confirm if they will offer community benefits for this
framework.
(SC Ref:691163)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Edinburgh
EH1 1RQ
Telephone
+44 314443300
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts
(Scotland)Regulations 2015 (SSI2015/446)(as amended) may bring proceedings in the Sheriff Court or the Court of Session