Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Telephone
+44 1315296432
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
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