web-banner-marketing2

Market Leads & Opportunities

CE-16-17 Supply and Delivery of Industrial Cleaning Equipment with Warranty

Type of document: Contract Notice
Country: United Kingdom

Notice Type: SUPPLIES
Section I: Authority Details
1.1 Authority Name and Address:
South Ayrshire Council, Procurement, Newton House, 30 Green Street Lane, , KA8 8BH, Ayr, UK. Tel: +44 3001230900. Email: procurement@south-ayrshire.gov.uk. Internet Address(URL):
1.2 Address from which documentation may be obtained:
As in 1.1
1.3 Completed Documents must be returned to:
As in 1.1
Section II: Contract Details
2.1 Title: CE-16-17 Supply and Delivery of Industrial Cleaning Equipment with Warranty
2.2 Description of the goods or services required: South Ayrshire Council (the Council) has a requirement to purchase a number of new Industrial Cleaning Equipment for use in offices and schools. The proposed equipment must be robust and legislatively compliant. The equipment must be appropriately marked and comply with all relevant EC and UK legislation at the time of delivery for each particular type of equipment.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7738. For more information see:
2.3 Notice coding and classification:
a) Commodity codes:
131000- Cleaning Materials, 131011- Cleaning Materials – Janitorial, 139999- other Cleaning and Janitorial, 161100- Industrial, 169999- other Domestic Goods.
b) Delivery Location/Area:
150- Glasgow & Strathclyde.
2.4 Total quantity or scope of tender:
Section IV: Administrative Information
4.1 Type of procedure: Single stage – Any candidate may submit a tender
4.2 Reference number attributed to the notice by the contracting authority: CE-16-17
4.3 Time limits:
a)Time limit for receipt of completed tenders: 11/04/2017 Time 12:00
c)Estimated award date: 01/05/2017
4.5 Language in which tenders or requests to participate can be drawn up: EN
Section V: Other Information
5.1 Additional InformationDuring the period of the Contract Agreement, the Supplier shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below:Quality – Category Weight – 15%Correct Service Delivered – Sub Weighting – 100%Cost – Category Weight – 5%Invoice Accuracy – Sub Weighting – 100%Service – Category Weight – 70%Responsiveness – Sub Weighting – 30%Complaints – Sub Weighting – 20%Communications – Sub Weighting – 20%On Time Delivery – Sub Weighting – 30%Sustainability – Category Weight – 70%Sustainability – Sub Weighting – 50%Community Benefits – Sub Weighting – 50%The above KPIs shall make up the Balanced Scorecard and will be used to score the Suppliers performance. The Contract Administrator and other relevant stakeholder shall score the Suppliers against the expected results using the following scores.4 – Exceeding Expectations (100)3 – Meeting Expectations (75)2 – Minor Concerns (50)1 – Major Concerns (25)0 – Not Performing (0)This shall take place using the Public Contract Scotland Tender Contract and Supplier Management portal yearly, half yearly or monthly depending on the overall risk status of the contract. The risk status shall be confirmed at Contract Award.Regular meetings will be held between the Supplier and the Council to deal with issues arising in the routine management of the Contract, to discuss changes in the way that the Contract is executed and/or to discuss performance or any other ad-hoc reasons.(SC Ref:489601)Community benefits are included in this requirement. For more information see: summary of the expected community benefits has been provided as follows:It has become clear that there is scope within the EU legal framework which applies to public contracts, to use contracts to deliver wider social benefits such as:- Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)- SME and social enterprise development- Community engagementAs part of your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.
5.2 Additional Documentation

5.3 Publication date of this notice: 27/03/2017