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

Linen and Laundry Service for Outdoor Residential Centres

  • First published: 27 February 2024
  • Last modified: 27 February 2024

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)

Contents

Summary

OCID:
ocds-h6vhtk-043cc4
Published by:
The City of Edinburgh Council
Authority ID:
AA76329
Publication date:
27 February 2024
Deadline date:
28 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The City of Edinburgh Council intends to establish a Contract for a Linen collection and delivery service for Benmore and Lagganlia Outdoor Residential Centres. The successful Supplier will be required to collect used bed linen and deliver laundered bed linen on a weekly basis. Benmore Outdoor Residential Centre requires a weekly supply of pillowcases, duvet covers and bed sheets for single beds.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

E-mail: nicole.sherry@edinburgh.gov.uk

NUTS: UKM75

Internet address(es)

Main address: http://www.edinburgh.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Linen and Laundry Service for Outdoor Residential Centres

II.1.2) Main CPV code

98311000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The City of Edinburgh Council intends to establish a Framework Agreement for the provision of a Linen and Laundry service. This will involve the collection of used linen and delivery of laundered linen on a weekly basis to Benmore and Lagganlia Outdoor Residential Centres which are situated in the Highlands & Islands area of Scotland.

II.1.5) Estimated total value

Value excluding VAT: 240 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

II.2) Description

Lot No: 1

II.2.1) Title

Benmore Outdoor Centre

II.2.2) Additional CPV code(s)

39512000

19231000

98311000

98311100

II.2.3) Place of performance

NUTS code:

UKM6


Main site or place of performance:

Benmore Outdoor Residential Centre is situated in Dunoon.

II.2.4) Description of the procurement

The City of Edinburgh Council intends to establish a Contract for a Linen collection and delivery service for Benmore and Lagganlia Outdoor Residential Centres. The successful Supplier will be required to collect used bed linen and deliver laundered bed linen on a weekly basis. Benmore Outdoor Residential Centre requires a weekly supply of pillowcases, duvet covers and bed sheets for single beds.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will be let for a period of two years with the option to extend for up to a further two 12-month periods, undertaken at the sole discretion of the Council.

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

Lot No: 2

II.2.1) Title

Lagganlia Outdoor Centre

II.2.2) Additional CPV code(s)

19231000

39512000

98311000

98311100

II.2.3) Place of performance

NUTS code:

UKM6


Main site or place of performance:

Lagganlia Outdoor Residential Centre is situated in Kincraig, in the Highlands & Islands area of Scotland.

II.2.4) Description of the procurement

The City of Edinburgh Council intends to establish a Contract for a Linen collection and delivery service for Benmore and Lagganlia Outdoor Residential Centres. The successful Supplier will be required to collect used bed linen and deliver laundered bed linen on a weekly basis. Lagganlia Outdoor Residential Centre requires a weekly supply of pillowcases, duvet covers and bed sheets for single beds and a small number of king sized beds.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / 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:

This Framework Agreement will be let for a period of two years with the option to extend for up to a further two 12-month periods, undertaken at the sole discretion of the Council.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please see the tender documentation.

All tenderers must be suitably qualified to deliver the required service.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

This section refers to Section B of Part IV of the SPD (Scotland)


Minimum level(s) of standards required:

Part IV: Selection criteria - B: Economic and financial standing – Question 4B - Tenderers are required to have a minimum “general” annual turnover of GBP 60,000 for the last two financial years. Where a Tenderer is applying for both Lot 1 and Lot 2, the turnover requirement is the sum of both Lots, GBP 120,000. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:

- Current ratio for Current Year: at least 1.10

- Current ratio for Prior Year: at least 1.10

The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

a. Employers (Compulsory) Liability Insurance – Minimum of GBP 5 million

b. Public Liability Insurance – Minimum of GBP 2 million

c. Motor Insurance – Minimum of GBP 2million

Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as stated in the procurement tender documents.


Minimum level(s) of standards required:

Part IV: Selection Criteria - C: Technical and Professional Ability - Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled.

Please note that Tenderers who fail to answer “Yes” to this question may be excluded from the tender process or the Council may apply discretion.

Part IV: Selection Criteria – C: Technical and Professional Ability – Question 4C.7 – Response to climate change emergency - Tenderers are required to provide evidence that their organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency). Tenderers must complete the Climate Change Plan Template (text should be no smaller than Arial or Calibri Font size 10), to supply information about their organisation’s carbon emissions sources and the steps that their organisation plans to take to reduce your carbon emissions, including any ongoing or completed plans. Responses do not need to include carbon emissions calculations. Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

Part IV: Selection Criteria – C: Technical and Professional Ability – Question 4D.1 – Health & Safety Policy - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Tenderers should confirm that this condition has been met within the response to this question. Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 2

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: 28/03/2024

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 tenderer must maintain the tender

Duration in months: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 28/03/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

January 2026 if no extension option is utilised, otherwise January 2027 if an extension period is undertaken.

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25428. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The City of Edinburgh Council's Community Benefits will apply to this Framework Agreement as outlined in the document titled CT2876

Community Benefits Guidance which is available to download through PCS-T.

(SC Ref:758649)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.5) Date of dispatch of this notice

26/02/2024

Coding

Commodity categories

ID Title Parent category
39512000 Bed linen Textile household articles
98311000 Laundry-collection services Washing and dry-cleaning services
98311100 Laundry-management services Laundry-collection services
19231000 Linen Linen fabrics

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:
nicole.sherry@edinburgh.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.