Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Audit Scotland Cleaning Services

  • First published: 03 December 2022
  • Last modified: 03 December 2022
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-038a31
Published by:
Audit Scotland
Authority ID:
AA31407
Publication date:
03 December 2022
Deadline date:
20 January 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Audit Scotland

102 West Port

Edinburgh

EH3 9DN

UK

Telephone: +44 01316251630

E-mail: cpentland@audit-scotland.gov.uk

NUTS: UKM

Internet address(es)

Main address: www.audit-scotland.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00428

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Audit

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Audit Scotland Cleaning Services

Reference number: 2022/SD/CAP

II.1.2) Main CPV code

90919200

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 265 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90919200

II.2.3) Place of performance

NUTS code:

UKM

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service Delivery / Weighting: 15%

Quality criterion: Policies, Systems and Health and Safety / Weighting: 20%

Quality criterion: Business Continuity / Weighting: 20%

Quality criterion: Environmental and Sustainability / Weighting: 20%

Quality criterion: Mobilisation / Weighting: 10%

Quality criterion: Customer Relationship / Weighting: 10%

Quality criterion: Fair Work Practices / Weighting: 5%

Cost criterion: Cost / Weighting: 30%

II.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

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards 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

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

4D.1 The bidder must hold OHSAS 18001 and ISO 14001 or Equivalent

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Contract will be subject to a performance management system with KPI's.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/01/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 20/01/2023

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

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)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.5) Date of dispatch of this notice

02/12/2022

Coding

Commodity categories

ID Title Parent category
90919200 Office cleaning services Office, school and office equipment cleaning services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
cpentland@audit-scotland.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.