Tender

Operational Fogging and Electrostatic Delivery

  • The City of Edinburgh Council

F02: Contract notice

Notice identifier: 2021/S 000-013134

Procurement identifier (OCID): ocds-h6vhtk-02babf

Published 11 June 2021, 8:54am



The closing date and time has been changed to:

19 July 2021, 4:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

Email

ben.fulton@edinburgh.gov.uk

Telephone

+44 1315296432

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.edinburgh.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

one.3) Communication

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

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://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

Operational Fogging and Electrostatic Delivery

Reference number

CT2826

two.1.2) Main CPV code

  • 90919000 - Office, school and office equipment cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision and Delivery of Electrostatic Spraying and Fogging to be carried out throughout the Council Estate in various locations

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90919000 - Office, school and office equipment cleaning services
  • 90919300 - School cleaning services
  • 90911000 - Accommodation, building and window cleaning services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

The City of Edinburgh Council (The Council) intends to put in place a Single Lot Framework Agreement and appoint a single Contractor to service that Framework Agreement for the Provision and Delivery of Electrostatic Spraying and Fogging to be carried out throughout the Council Estate in various locations, within an agreed programme, and/or ad hoc request of visitation at any Council location/building to support Infection Control Measures.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Any Contract resulting from this ITT will commence on September 2021 for a period of two years with an option for an extension for up to 24 months (2 x 12 months) at the Council’s discretion.

two.2.10) Information about variants

Variants will be accepted: Yes

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

Tenderers are required to have a minimum “general” annual turnover of GBP2,500,000m for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Tenderers will be required provide the following information:

Current ratio for Current Year: 1.20

Current ratio for Prior Year: 1.20

The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

a. Employers (Compulsory) Liability Insurance - GBP5m

b. Public Liability Insurance - GBP10m

c. Professional Indemnity - GBP5m

Minimum level(s) of standards possibly required

Tenderers are required to have a minimum “general” annual turnover of GBP2,500,000m for the last two financial years.

Tenderers will be required to meet the following minimum financial ratio:

Current ratio for Current Year: 1.20

Current ratio for Prior Year: 1.20

Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

a. Employers (Compulsory) Liability Insurance - GBP5m

b. Public Liability Insurance - GBP10m

c. Professional Indemnity - GBP5m


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

12 July 2021

Local time

4:00pm

Changed to:

Date

19 July 2021

Local time

4:00pm

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 July 2021

Local time

4:00pm


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

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=655648.

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.

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

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

Details of the individual(s) in your organisation who will be responsible for ensuring the monitoring and successful delivery of community benefits;

The actions that your Organisation will take to deliver the community benefits when instructed to do so;

How you will ensure the quantity and value of each of the community benefits offered; and

If certain benefits are undeliverable due to factors out with your control, how you will deliver alternative benefits from the menu of identical point value.

(SC Ref:655648)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=655648

six.4) Procedures for review

six.4.1) Review body

Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom