Section one: Contracting authority
one.1) Name and addresses
Food Standards Scotland (FSS)
4th Floor, Pilgrim House, Old Ford Road
Aberdeen
AB11 5RL
Contact
Caroline Little
Telephone
+44 7826893538
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA24524
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.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
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
Managed Workwear Hire and Laundry
Reference number
FSS/2020/040
two.1.2) Main CPV code
- 98311000 - Laundry-collection services
two.1.3) Type of contract
Services
two.1.4) Short description
FSS seeks to appoint a single supplier contract for the provision of a Managed Workwear Hire and Laundry Service in support of its personnel based in various abattoirs and cutting plants throughout Scotland.
two.1.5) Estimated total value
Value excluding VAT: £120,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Food Standards Scotland (FSS) is the public sector food body for Scotland. It was established by the Food (Scotland) Act 2015 as a non-ministerial office, part of the Scottish Administration, working alongside, but separate from, the Scottish Government. FSS became independent from the UK Food Standards Agency on 1 April 2015.
Our primary concern is consumer protection – making sure that food is safe to eat: ensuring consumers know what they are eating and improving nutrition. With that in mind, we have approximately 80 FSS personnel and around 80 contract staff working in abattoirs and cutting plants throughout Scotland ensuring compliance within the Meat Sector. The Service Provider will be required to supply a Work Wear and Laundry service for only FSS personnel (not the contract staff) to carry out their duties in a hygienic and safe manner throughout Scotland.
The Requirement
The Service Provider shall provide the following services:-
- Provision of hired protective work wear
- Fully managed collection and drop off service throughout the Scottish network of FSS designated premises
- Fully managed Laundry service of the hired protective work wear throughout the whole year, including all Scottish bank holiday periods
- Repair/alteration service
- Managed administration service
- Customer helpline/support
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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
An option of a further 12 month (one year) extension period is included. Maximum contract period 36 months.
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 if they are in any of the situations referred to in Regulation 58 of the Public Contract (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
Please refer to these statements when completing section 4B of the SPD (Scotland).
Statement for Q4B.4 Bidders must demonstrate Current Ratio of equal to or greater than 0.8 for the last 2 years accounts
Statement for 4B.5.1 - It is a requirement of the 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 Liability Insurance (Compulsory) = 5 000 000 GPB
Public Liability Insurance = 5 000 000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
There will be no statements or questions used from Section D of Part IV of SPD (Scotland)
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
21 October 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
21 October 2021
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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Maximum Total Contract Value 120,000.00 GBP
Evaluation Process:
SPD (Selection Stage) The purpose of the Selection Stage is to allow Food Standards Scotland to assess tenderers’ suitability, capacity and capability to provide the Services required under the proposed Contract. Tenderers must submit responses to each question contained in the SPD Form. In assessing responses to the SPD, a ‘Pass/Fail’ score will be awarded to each question.
Only tenders that achieve a ‘Pass’ for all questions in the SPD will proceed to the Quality and Price Analysis.
Selection criteria - Question methodology used will be pass/fail.
Award Criteria - Should any question subject to the ‘Evaluation Criteria for Award Stage’, marked as 'M', receive a moderated score of less than '2 – Acceptable’ the tender will not be subject to Price Analysis and a score of 0 (zero) will be awarded in respect of the Price Score. As a result, the tender will not be considered further. Award Criteria questions can be found in the ITT together with the weightings. The Award scoring methodology will be as follows;
0 - Unacceptable -Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 -Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
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=666533.
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
(SC Ref:666533)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sheriff Court
Castle Street
Aberdeen
AB10 1WP
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Economic operators who submit a tender shall be notified of the outcome of the procurement process, such notification will contain among other information, a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) before conclusion of contracts. The bringing of court proceedings during the standstill period will automatically continue the prohibition on entering into the contract until court proceedings are determined, discounted or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the contract has been entered include the setting aside of the decision to award the contract to the winning tenderer. The bringing of court proceedings against the Contracting Authority after the contract has been entered into will not affect the contract unless grounds for the imposition of special penalties under the Public Contract (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the contract has been entered into are limited to the award of damages. Economic operators are entitled to write to the Contracting Authority after receipt of the notification should they require further clarification. The Contracting Authority will respond within 15 days of such a written request, but it should be noted that receipt by the Contracting Authority of such request during the standstill period may not prevent the Contracting Authority from awarding the contract following the expiry of the standstill period. An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session.