Supply and Installation of Commercial Laundry Equipment – Scotland Excel
Supply, Installation and Maintenance of Commercial Laundry Equipment. (Framework Agreement).
United Kingdom-Paisley: Laundry washing, dry-cleaning and drying machines
2017/S 152-314434
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
United Kingdom
Telephone: +44 3003001200
E-mail: svct@scotland-excel.org.uk
Fax: +44 1416187423
NUTS code: UKM
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply, Installation and Maintenance of Commercial Laundry Equipment.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework agreement is intended to set up an agreement for the procurement by the contracting authorities to purchase under the proposed framework agreement of, including but not limited to, the Supply, Installation and Maintenance of Commercial Laundry Equipment.
The framework agreement is anticipated to run for an initial 24 months with the option to extend for up to two further 12 month periods.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Supply and delivery (including installation and commissioning) of Commercial Laundry Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout Scotland.
II.2.4)Description of the procurement:
This lot is intended to set up an arrangement whereby the contracting authorities entitled to purchase under the proposed framework agreement can procure the supply and delivery of commercial laundry equipment including installation and commissioning of the equipment. This lot includes, but is not limited to the supply, delivery, installation and commissioning of washing machines and tumble dryers.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
For an initial period of 24 months with the option to extend for up to two further 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.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 Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1)Title:
Repair and Maintenance of Laundry Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout Scotland.
II.2.4)Description of the procurement:
This lot is intended to set up an arrangement whereby the contracting authorities entitled to purchase under the proposed framework agreement can procure the repair and maintenance of commercial laundry equipment including, but not limited to, washing machines, tumble dryers and hydro extractors. The lot is for both preventative maintenance and reactive repairs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
For an initial period of 24 months with the option to extend for up to two further 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.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 Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
ESPD (Scotland) Question 4B.5: Insurance requirements.
ESPD (Scotland) Question 4B.6: Other economic and financial requirements.
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.
ESPD (Scotland) Question 4B.5.
Minimum levels of standards possibly required:
Insurance requirements.
It is a requirement of the contracts to be procured under the proposed framework agreement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
ESPD (Scotland) Question 4B.5.1.
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP (minimum indemnity limit of GBP 10 million each and every claim).
ESPD (Scotland) Question 4B.5.2.
Public Liability Insurance = 10 000 000 GBP (minimum indemnity limit of 10 000 000 GBP in each occurrence).
Product Liability Insurance = 10 000 000 GBP (minimum indemnity limit of 10 000 000 GBP in the aggregate).
Professional Indemnity Insurance = 1 000 000 GBP (minimum indemnity limit of 1 000 000 GBP each occurrence).
Third Party Motor Vehicle Insurance = statutory third party motor vehicle liability insurance to a minimum indemnity limit of 5 000 000 GBP for property damage and unlimited for Third Party Injury (in each and every occurrence).
ESPD (Scotland) Question 4B 6.
Other economic and financial requirements.
The bidder is to confirm that a search of the bidder against Equifax’s Protect will not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the bidder 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 bidder does / would not present an unmanageable risk should it be appointed on to the proposed framework agreement.
III.1.3)Technical and professional ability
Minimum level(s) of standards possibly required:
1. Subcontracting (ESPD (Scotland) Question 4C.10);
2. Quality Management Procedures (ESPD (Scotland) Question 4D.1);
3. Health and Safety Procedures (ESPD (Scotland) Question 4D.1);
4. Environmental Management Systems or Standards (ESPD (Scotland) Question 4D.2); and
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.
1. ESPD (Scotland) Question 4C.10: Subcontracting.
Bidders 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.
2. ESPD (Scotland) Question 4D.1: Quality Management Procedures.
The bidder must have the following:
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder 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.
3. ESPD (Scotland) Question 4D.1: Health and Safety Procedures.
The bidder must have the following:
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
Evidence as outlined in the attachment titled ‘Laundry Equipment 09-17 — III.1.2) and III.1.3) Requirements’ that can be found in the ‘Information and Instructions’ folder of the Buyers Attachments area within ITT 19017, on PCS-T.
4. ESPD (Scotland) Question 4D.2: Environmental Management Systems or Standards.
The bidder must have the following:
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN 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 bidder’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).
III.2.2)Contract performance conditions:
For full details of the conditions relevant to the proposed Framework Agreement, and contracts to be called-off thereunder (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).
Scotland Excel will require the members of any tendering group of entities (including, but not limited to, consortium members, members of a group of economic operators and / or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract).
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
Please note that whilst an e-auction will not be used in the procurement process to award places onto this proposed framework agreement, tenderers should be aware that the contracting authorities permitted to call-off contracts under this proposed framework agreement may do so via an e-auction.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Scotland Excel, Renfrewshire House, Cotton Street, Paisley, PA1 1AR on https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Scotland Excel Officers and Members.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
I.2) Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):
— The 32 local authorities in Scotland listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx
— Scotland Excel associate members listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.
IV.1.3) Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement.
VI.2) Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Scotland Excel local authority member or associate member entity entitled to use this proposed framework agreement. This will be settled by them during call-off of a contract under this proposed framework agreement.
Further information regarding the operation of the framework is available within the document titled ‘Laundry Equipment 09-17 Information and Instructions for Tenderers’ within PCS-T project 8575.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8575. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Contracts awarded under this framework agreement will not be over 4 million GBP in value. Not applicable to the supply or service element of this framework agreement.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
As part of the bidder’s response to questions relating to the (Quality) award criteria, it will be requested to provide an outline of the community benefits it can offer for this framework agreement. Bidders are asked to provide a response setting out the methodology for working with contracting authorities to support the delivery of the Scottish Government’s National Outcomes, through community benefits commitments. The response must be specific to the bidder’s involvement under this framework agreement if successful and should include:
— How the bidder will work with contracting authorities to offer community benefits, relevant to this procurement, to support the Scottish Government’s National Outcomes (as detailed in the Technical envelope on the PCS-T tendering system); and
— Examples of the community benefits the bidder could deliver to contracting authorities linked to the Scottish Government’s National Outcomes.
If appointed on to the proposed framework agreement, suppliers will be required to report the details of all delivered community benefits to Scotland Excel bi-annually (or at some other interval reasonably notified to suppliers).
(SC Ref:505102).
VI.4.1)Review body
VI.4.3)Review procedure
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
VI.4.4)Service from which information about the review procedure may be obtained
Not Applicable
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Soft Facilities Management Framework Greater London
NHS Blood and Transplant Laundry Services Contract
Managed Laundry Service Tender Durham
Laundry and Linen Hire Framework Nottingham
Tender for Soft Facilities Management Services