Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Lothian
Procurement Headquarters, Lothian Health Board Waverley Gate 2-4 Waterloo Place
Edinburgh
EH1 3EG
UK
Contact person: Diana Rapan
Telephone: +44 7977246888
E-mail: diana.rapan@nhslothian.scot.nhs.uk
NUTS: UKM
Internet address(es)
Main address: http://www.nhslothian.scot.nhs.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326
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
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Window Cleaning Services
Reference number: LOTL338-22
II.1.2) Main CPV code
90911000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Lothian requires to appoint a single suitably qualified and experienced contractor to undertake all window cleaning, internal and external, within specified locations across the NHS Lothian estate. The contract will ensure that the NHS Lothian buildings are maintained to a high standard by regular maintenance and reactive window cleaning.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM75
UKM73
UKM78
II.2.4) Description of the procurement
NHS Lothian requires to appoint a single suitably qualified and experienced contractor to undertake all window cleaning, internal and external, within specified locations across the NHS Lothian estate.
Most of the work is planned, with window cleaning services to be undertaken at a variety of healthcare premises, for example, Hospitals and Health Centres across Edinburgh, Midlothian, East Lothian and West Lothian.
Unplanned work may be required on an ad hoc basis.
The service must be responsive to the needs of the Board and offer flexibility to adapt to emerging needs.
The successful contractor must be willing to work collaboratively with NHS Lothian’s Facilities personnel.
Prior to commencing the contract, the Contractor is deemed to have satisfied themselves as to the needs of each building listed in the Commercial Schedule with reference to working at height regulations and other Health and Safety requirements.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Cost criterion: Cost
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The contract includes the option to extend by 2 periods of 12 months.
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
List and brief description of selection criteria:
Bidders are required to provide their average yearly turnover for the last 3 years.
Bidders should confirm that total revenue derived directly from NHS Lothian, including this contract, would not exceed 40% of their total average yearly turnover.
Employer's (Compulsory) Liability Insurance of 5 million GBP
Public Liability Insurance of 2 million GBP
Where the Bidder is providing a submission on behalf of a subsidiary company, upon request, the Bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders must provide three examples of previous (or current) contracts giving information on type of environment, number of buildings and contact for references.
Please submit 3 references from past customers that support your application to provide this service. All references should be relevant to the type of work described on the General Specification.
Health and Safety. The Bidder must have the following:
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 relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company’s responsibilities of H&S management and compliance with legislation.
NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement.
III.2) Conditions related to the contract
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:
01/03/2023
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
01/03/2023
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:
It is expected that contract will be retendered in 2028.
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
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=720622.
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:720622)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=720622
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
30/01/2023