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 3003001200
Fax
+44 1416187423
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.scotland-excel.org.uk
Buyer's address
http://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
Washroom Solutions
Reference number
0122
two.1.2) Main CPV code
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
two.1.3) Type of contract
Services
two.1.4) Short description
This framework is for the provision and delivery of washroom solutions and sanitary products including but not limited to, sanitary waste disposal, nappy waste disposal, air fresheners, sharps disposals, hand dryers and sanitary products
two.1.5) Estimated total value
Value excluding VAT: £24,000,000
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
Sanitary Products
Lot No
2
two.2.2) Additional CPV code(s)
- 33771000 - Sanitary paper products
- 33771100 - Sanitary towels or tampons
- 42968000 - Dispensers
- 42933100 - Sanitary vending machines
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.
two.2.4) Description of the procurement
This Contract Notice is in relation to the renewal framework for Washroom Solutions(Incorporating Free on Loan Equipment and Services). The Period Products (Free Provision) Scotland Act 2021 (“the Act”) places duties on Local Authorities and education providers to make period products obtainable free of charge for anyone who needs them. The Act will come fully into force by January 2023 at the latest and will ensure that everyone in Scotland who needs them can have reasonably convenient access to period products, free of charge, as and when they are required. In advance of this, free products continue to be available through Local Authorities’ voluntary provision and through the Period Products in Schools (Scotland) Regulations 2020.
two.2.5) Award criteria
Quality criterion - Name: Quality Weighting / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
30 September 2026
This contract is subject to renewal
Yes
Description of renewals
This framework will run for a straight 4 year period with no option to extend by this point.
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
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
Washroom Solutions
Lot No
1
two.2.2) Additional CPV code(s)
- 90524200 - Clinical-waste disposal services
- 42933100 - Sanitary vending machines
- 39811200 - Air sanitisers
- 33141123 - Sharps containers
- 39532000 - Mats
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.
two.2.4) Description of the procurement
This Contract Notice is in relation to the renewal framework for Washroom Solutions(Incorporating Free on Loan Equipment and Services). It includes the supply and delivery of a range of free on loan sanitary waste disposal units, nappy / incontinence waste disposal units, sharps disposal units, swabs and dressing disposal units, dual vending machines (sanitary towels / tampons), toilet seat sanitisers, wc sanitisers, air fresheners and dustmats.
two.2.5) Award criteria
Quality criterion - Name: Quality Weighting / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
30 September 2026
This contract is subject to renewal
Yes
Description of renewals
The framework will run for a straight 4 year period with no option to extend by this point.
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
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
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
INSURANCE REQUIREMENTS:
It is a requirement of this contract 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 Liability (Compulsory Insurance) – maintain a minimum indemnity limit of GBP 10 million in respect of each claim and without limit to the number of claims.
Public / Product Liability Insurance – maintain a minimum level of GBP 10 million in respect of each claim and without limit to the number of claims and in the aggregate in respect of Products.
Motor Vehicle Insurance - statutory Third Party motor vehicle insurance to a minimum indemnity limit of GBP 5 million in respect of each claim and without limit to the number of claims for property damage, and unlimited for Third Party injury or bidders who will subcontract parts 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.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
In addition to the insurance limits above, a search of the bidder against Equifax’s Protect must 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 represent an unmanageable risk should it be appointed onto the proposed Framework Agreement.
three.1.3) Technical and professional ability
List and brief description of selection criteria
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately to each individual lot.
1. Relevant Examples of Previous Services of Suppliers
2. Subcontracting
3. Quality Management Procedures
4. Environmental Management Systems or Standards.
5. Health and Safety Procedures
Minimum level(s) of standards possibly required
Further to the description of the selection criteria outlined above, guidance and the minimum level of standards required are outlined in the "0122 - III.1.3 Technical and Professional Ability" document, which can be found in the "Information & Instructions" folder of the Buyer Attachments area, within ITT 44588 of project 121198, the tender for Provision and Delivery of Washroom Solutions and Sanitary Products 0122.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called-off thereunder, please see the Procurement Documents (details of how to access these are outlined 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
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: 2022/S 000-005445
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 June 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 June 2022
Local time
12:00pm
Place
Scotland Excel, Renfrewshire House, Cotton Street, Paisley, PA1 1AR, via PCS-Tender
Information about authorised persons and opening procedure
Scotland Excel Officers and Members
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, as a central purchasing body, is procuring this framework for the use and benefit, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014. The 32 local authorities in Scotland http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx; Scotland Excel associate members http://www.scotland excel.org.uk/home/Aboutus/Ourmembers/Associate-members.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. For more information please see the APUC listings within the 'Information and Instructions ' Folder.
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement with Scotland Excel.
Tenderers are advised that the envisaged maximum number of participants that might be appointed is purely indicative. Scotland Excel reserves the right to appoint more or less bidders to the proposed Framework Agreement.
Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member
Authority or Associate Member.
Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the European Single
Procurement Document (Scotland): - whether the Tenderer intends to subcontract any share of the contract to a third party;
- list of the proposed subcontracts as far as it is known at that stage; and - what proportion / percentage of the contract does the Tenderer intend to subcontract.
These subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set out immediately
above.
In line with Clause 72 of the Public Contracts (Scotland) Regulations 2015, Contract and framework agreements may be modified without
a new procurement procedure in accordance with this Part in some cases. Further details of the cases this is permitted is in the "32-17 - Regulation 72" document found within the " Information and Instructions" folder.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10723. 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:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community
benefit requirements. As part of your response within the Technical Envelope, bidders will be requested to commit to delivery of
community benefits in accordance with the methodology outlined in the tender documents.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21198. 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:
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:694270)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Edinburgh
EH1 1RQ
Telephone
+44 314443300
Country
United Kingdom