Tender

Laundry Equipment Maintenance Works

  • West Dunbartonshire Council

F02: Contract notice

Notice identifier: 2022/S 000-018599

Procurement identifier (OCID): ocds-h6vhtk-034f4f

Published 7 July 2022, 11:02am



Section one: Contracting authority

one.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Contact

Ellie Street

Email

CorporateProcurementUnit@west-dunbarton.gov.uk

Telephone

+44 1389737000

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

https://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

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

https://www.publictendersscotland.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.publictendersscotland.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

Laundry Equipment Maintenance Works

Reference number

Project_21745

two.1.2) Main CPV code

  • 98311200 - Laundry-operation services

two.1.3) Type of contract

Services

two.1.4) Short description

The works to be undertaken will include the supply, fit, maintain laundry equipment. This includes installing, servicing, maintaining and repair of washing machines, dryers, presses, and any other equipment used for laundering clothes or other materials, such as table cloths etc. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.

Contractors will be required to provide details on how their organisation in terms of skill, qualifications and competence that fit and meet with the specification the skills. They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor’s Scheme (SIA)

The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order. Tenders can be submitted for more than one lot.

two.1.5) Estimated total value

Value excluding VAT: £195,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42716000 - Laundry washing, dry-cleaning and drying machines
  • 51543400 - Installation services of laundry washing, dry-cleaning and drying machines
  • 98311100 - Laundry-management services
  • 98311200 - Laundry-operation services

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.2.4) Description of the procurement

The works to be undertaken will include the supply, fit, maintain laundry equipment. This includes installing, servicing, maintaining and repair of washing machines, dryers, presses, and any other equipment used for laundering clothes or other materials, such as table cloths etc. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £195,000

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

The contract will be open to 2 x 12 month extensions at the councils discretion

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.1.2) Economic and financial standing

List and brief description of selection criteria

Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than two times the annual value of contract on offer

Minimum level(s) of standards possibly required

Minimum level(s) of standards required

act

Turnover requirement GBP75,000

Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing

Ratio 1 Acid Test –(Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1

Ratio 2 Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage.

Ratio 3 Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1

WDC will use template WD09 - WDC Financial Vetting Questionnaire, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected

Insurance. 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 listed below

Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP10M each and every claim

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the works/services applicable to the Lots that they are bidding for.

Bidders will be required to confirm their average annual manpower for the last two years and the number of managerial staff for the last two years

Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of works/services applicable to the Lots that they are bidding for.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Minimum level(s) of standards possibly required

Relevant experience to carry out the Works/Services the bidder is tendering for.

Appropriate level of manpower, management and equipment to service this Contract.

All Contractors, Sub-Contractors and Site Tradespersons must hold the relevant qualifications and certification for the relevant Lot.

Where required bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

Bidders must detail relevant qualifications and certifications in association to the relevant lot being tendered for.


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.2.2) Time limit for receipt of tenders or requests to participate

Date

8 August 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

8 August 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

The bidder must complete and submit, with their tender response the following additional documents:

WD04 Parent Company Guarantee

WD05 Non Collusion Certificate

WD07 Certificate for Non-Canvassing

WD08 FOI Declaration

WD09 Financial Vetting

WD16 Police Scotland Check

WD18 Declaration Page

WD19 Social benefits are included in this requirement.

A summary of the expected social benefits has been provided.

The above mentioned documents are provided with the tender documents and can be located within a folder entitled “WD Documents” uploaded into the Attachment Area of the Master ITT.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21745. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Social Benefit Questionnaire is attached to the Tender Documents to be completed within PCS-T

(SC Ref:699195)

six.4) Procedures for review

six.4.1) Review body

Dumbarton Sheriff Court and Justice of the Peace Court

Sheriff Court House, Church Street

Dunbarton

G82 1QR

Country

United Kingdom