
Market Leads & Opportunities
United Kingdom-Paisley: Supply and Delivery of Janitorial Products
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-032367/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Scotland Excel
Postal address: Renfrewshire House, Cotton Street
Town: Paisley
Postal code: PA1 1AR
Country: United Kingdom
Telephone: +44 1414888230
Email: education.corporate@scotland-excel.org.uk
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
I.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:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply and Delivery of Janitorial Products
Reference number: 1222
II.1.2) Main CPV code: 33760000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: This contact notice is in relation to the renewal framework for Janitorial Products, on behalf of the 32 local authorities in Scotland. It is anticipated that the scope of materials covered under the framework will include, but not be limited to paper towels, cleaning chemicals, hand soap, refuse sacks and cleaning equipment such as mops and buckets.
II.1.5) Estimated total value:
Value excluding VAT: 56000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Paper Products
Lot No:1
II.2.2) Additional CPV code(s)
33760000, 33761000, 33141118, 33711430
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.
II.2.4) Description of the procurement:
This contact notice is in relation to the renewal framework for Janitorial Products, on behalf of the 32 local authorities in Scotland. It is anticipated that the scope of materials covered under the framework will include, but not be limited to paper towels, cleaning chemicals, hand soap, refuse sacks and cleaning equipment such as mops and buckets.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 22400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Janitorial Products
Lot No:2
II.2.2) Additional CPV code(s)
33760000, 33761000, 33141118, 33711430, 39831600, 33711900, 39831300, 39832100, 39811200, 19640000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.
II.2.4) Description of the procurement:
This contract notice is in relation to the renewal framework for Janitorial Products, on behalf of the 32 local authorities in Scotland. It is anticipated that the scope of materials covered under the framework will include, but not be limited to paper towels, cleaning chemicals, hand soap, refuse sacks and cleaning equipment such as mops and buckets.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 16800000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: Chemicals
Lot No:3
II.2.2) Additional CPV code(s)
39831600, 33711900, 39291000, 39831300, 39832100, 19640000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland
II.2.4) Description of the procurement:
This contract notice is in relation to the renewal framework for Janitorial Products, on behalf of the 32 local authorities in Scotland. It is anticipated that the scope of materials covered under the framework will include, but not be limited to paper towels, cleaning chemicals, hand soap, refuse sacks and cleaning equipment such as mops and buckets.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 8400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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.
II.2.1) Title: One Stop Shop
Lot No:4
II.2.2) Additional CPV code(s)
33760000, 33761000, 39831600, 33141118, 33711430, 39831300, 39832100, 39811200, 19640000, 33711900
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.
II.2.4) Description of the procurement:
This Contract Notice is in relation to the renewal framework for Janitorial Products, on behalf of the 32 local authorities in Scotland. It is anticipated that the scope of materials covered under the framework will include, but not be limited to paper towels, cleaning chemicals, hand soap, refuse sacks and cleaning equipment such as mops and buckets.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 8400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 the contracts to be procured under the proposed framework agreement that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
ALL LOTS
EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence.
PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence, and in the aggregate in respect of
Products.
MOTOR VEHICLE INSURANCE = a minimum indemnity level of 5 million GBP in respect of third party property damage, without limit to the number of claims; unlimited in respect of personal injury. For full details please see the Procurement Documents.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
A search of the tenderer against Equifax’s Protect must not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the tenderer 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 tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement. Equifax’s protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected data; and bureau information. For full details please see the Procurement Documents.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: 1. Subcontracting
2. Quality Management Procedures
3. Environmental Management Systems or Standards
4. Health and Safety Procedures
For full details please see the Procurement Documents. In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and professional ability selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards possibly required:SUBCONTRACTING:
Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).
QUALITY MANAGEMENT PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
OR
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer’s environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
HEALTH AND SAFETY PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
III.2.2) Contract performance conditions: For full details of the conditions relevant to the proposed Framework, and contracts to be called-off there under (to the extent known or settled at this stage), please see the Procurement Documents (details of how to access these being set out in section ” “I.3 (Communication” of this Contract Notice).
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.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
IV.1.6) Information about electronic auction
An electronic auction will be usedIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2022/S 022-191412
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-12-13 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2022-12-13 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the UK. This tender exercise has commenced after the UK withdrawal from the European Union and it has been conducted and concluded in
accordance with the Law, Guidance and procedures in force after the UK withdrawal on 31st December 2020. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted and applied as currently in force. Scotland Excel, as a central purchasing body, is procuring this framework for the use and benefit of its 32 local authorities in Scotland, Tayside Contracts associate members, NHS, Scottish Prison Service, Police Scotland, Scottish Ambulance Service, 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, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014. Scotland Excel local authority members and associate members entitled to use this framework, are listed at Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Lots 1, 2 & 3 – Tenderers are required to submit a price for a minimum 80% of items as detailed in the commercial Schedule of Offer., Lot 4 has no minimum % of items as detailed in the commercial Schedule of Offer. Successful tenderers for Lots 1, 2 & 3 will be awarded a place onto Lot 4. Scotland Excel will not award a separate score to Lot 4 participants. Scotland Excel reserves the right to consider a bid which does not meet the stated requirements for Lot 4, considering the overall level of response for a Council area to ensure full coverage. . Further information on this can be found within the “1222 ITT including Evaluation Methodology” document, available on PCS-Tender.
Rebates apply to this framework. For further details, please see the Special Conditions of Contract
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22615. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see:
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. Community Benefits details will be requested on a 6-monthly basis.
(SC Ref:713550)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Court of Session
Town: Edinburgh
Postal code: EH1 1RQ
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-11-15
More Opportunties
- United Kingdom-Newcastle upon Tyne: IT Peripherals and Assistive Technology
2 May 25
Supply of IT Peripherals and Assistive Technology (AT). Planned sourcing route: Call-off from a framework agreement> > - United Kingdom-Alfreton: EEM0072 Supply and Distribution of Materials Framework
2 May 25
Efficiency East Midlands Ltd (EEM) is a procurement consortium which establishes and manages a range of frameworks and DPS agreements. https://eem.org.uk/ EEM conducted this tender exercise to procure a Materials Framework to replace our existing Material> > - United Kingdom-Newcastle upon Tyne: Microsoft Enterprise Agreement and Related Services
2 May 25
Supply of Microsoft Enterprise Agreement and Related Services. Planned sourcing route: Call-off from a framework agreement> >