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