Section one: Contracting authority
one.1) Name and addresses
Audit Scotland
102 West Port
Edinburgh
EH3 9DN
cpentland@audit-scotland.gov.uk
Telephone
+44 01316251630
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=AA00428
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
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Audit
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Audit Scotland Cleaning Services
Reference number
2022/SD/CAP
two.1.2) Main CPV code
- 90919200 - Office cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The scope of works in this Specification covers cleaning services, including window cleaning, internal glazed partition cleaning, and removal of waste to common area in buildings.
two.1.5) Estimated total value
Value excluding VAT: £265,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90919200 - Office cleaning services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Audit Scotland, “the Authority” is seeking to engage a Cleaning Service Contractor to be responsible for all cleaning activities associated with the offices in Edinburgh and Glasgow with the ability to:
- Service modern professional open plan offices (including internal windows and
glass partitions)
- Deliver a high standard of service within a standard office working environment
- Clean a variety of different surfaces including specialist finishes
- Implement sustainability
- Deliver best practice solutions
This includes the administration, management, and co-ordination of all services and supplies to deliver the cleaning service.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 15%
Quality criterion - Name: Policies, Systems and Health and Safety / Weighting: 20%
Quality criterion - Name: Business Continuity / Weighting: 20%
Quality criterion - Name: Environmental and Sustainability / Weighting: 20%
Quality criterion - Name: Mobilisation / Weighting: 10%
Quality criterion - Name: Customer Relationship / Weighting: 10%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Cost criterion - Name: Cost / Weighting: 30%
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 option to extend for a further 24 months will apply
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
Minimum level(s) of standards possibly required
4B.6 -Bidders must demonstrate Current Ratio values for the most recent two years and it is a minimum requirement that the ratios are within the acceptable range of not less than 0.8. The Ratio is to be calculated as follows: Total Net Current Assets/Total Net Current Liabilities. To achieve a pass, bidders must demonstrate a current ratio value of no less than 0.8 for the most recent two years.
4B.5- it is a requirement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances as detailed below:
Employer's (Compulsory) Liability Insurance = 5 million GBP
it is a requirement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances as detailed below:
Public Liability = 1 million GBP
Professional Indemnity = 1 million GBP
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
4D.1 The bidder must hold OHSAS 18001 and ISO 14001 or Equivalent
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Contract will be subject to a performance management system with KPI's.
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
20 January 2023
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
20 January 2023
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
real Living Wage - Tenderers are asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.
Please note that tenderers who fail to answer “Yes” to this question will not have their tender considered further or proceed to the Price/Quality ratio calculation.
Data Protection - Response must achieve a minimum moderated average 2 or higher score.
Please note that tenderers who fail to achieve a 2 to this question will not have their tender considered further or proceed to the Price/Quality ratio calculation.
Site Visits - 1 x Pre-tender site visit. Should Tenderers wish to attend a pre-tender site visit to be able to view the sites prior to submitting their tender submission, please note the following day and times for such visits:
Edinburgh – 15th December 2022 at 12:00 pm
Glasgow – 16th December 2022 at 12:00 pm
Please contact: Facilities@ishare.audit-scotland.gov.uk to confirm your attendance at both site visits. Audit Scotland shall confirm arrangements to the site visits on the PCS portal no later than 9th December 2022.
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=715597.
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.
(SC Ref:715597)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom