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

Bus Shelter Cleaning and Glazing & Minor Maintenance

  • First published: 04 September 2021
  • Last modified: 04 September 2021

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:
Published by:
Tayside Procurement Consortium
Authority ID:
AA20930
Publication date:
04 September 2021
Deadline date:
05 October 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The requirement is for Bus Shelter Cleaning (6 Cleans Per Year). NOTE: Bidders must submit a tender for LOT 1 and 2.

Lot 2 is for 12 cleans per year. Bidders who fail to submit a bid for BOTH LOTS will render their bid non compliant.

The Purchaser will make an award for either Lot 1 or Lot 2 based on assessment of best value and affordability.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

UK

Contact person: Julie Thompson

Telephone: +44 1382834072

E-mail: julie.thompson@dundeecity.gov.uk

NUTS: UKM7

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382

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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


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/esop/pts-host/public/pts/web/login.html


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


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

Bus Shelter Cleaning and Glazing & Minor Maintenance

Reference number: TPC/BSCGLAMM/21/10

II.1.2) Main CPV code

90910000

 

II.1.3) Type of contract

Services

II.1.4) Short description

There are 2 significant requirements:

Cleaning of Bus Shelters and Sustainable Transport Infrastructure

Glazing & Minor Maintenance of Bus Shelters.

Bidders can elect to bid for one or both of these service requirements.

II.1.5) Estimated total value

Value excluding VAT: 427 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The Purchaser will make an award for either Lot 1 or Lot 2 based on assessment of best value and affordability.

Lots 3 to 5: The Purchaser reserves the right to award to a single supplier per Lot or to award to a single supplier across Tayside (Lot 6), based on an assessment of best value and affordability of pricing.

II.2) Description

Lot No: 1

II.2.1) Title

Cleaning of Bus Shelters - 6 Cleans Per Year Across Tayside

II.2.2) Additional CPV code(s)

90910000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Tayside

II.2.4) Description of the procurement

The requirement is for Bus Shelter Cleaning (6 Cleans Per Year). NOTE: Bidders must submit a tender for LOT 1 and 2.

Lot 2 is for 12 cleans per year. Bidders who fail to submit a bid for BOTH LOTS will render their bid non compliant.

The Purchaser will make an award for either Lot 1 or Lot 2 based on assessment of best value and affordability.

II.2.5) Award criteria

Criteria below:

Quality criterion: High Standards of Delivery / Weighting: 7%

Quality criterion: Operative Training/Supervisor Training / Weighting: 6%

Quality criterion: Quality Assurance / Weighting: 3%

Quality criterion: Service Continuity / Weighting: 7%

Quality criterion: Community Benefits / Weighting: 2%

Price / Weighting:  75

II.2.6) Estimated value

Value excluding VAT: 267 000.00  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:

Option to extend for 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

II.2.14) Additional information

Full details of the tender evaluation methodology are contained in the tender documentation.

Lot No: 2

II.2.1) Title

Cleaning of Bus Shelters - 12 cleans per year across Tayside

II.2.2) Additional CPV code(s)

90910000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Tayside

II.2.4) Description of the procurement

The requirement is for Bus Shelter Cleaning (12 Cleans Per Year). NOTE: Bidders must submit a tender for LOT 1 and 2.

Lot 2 is for 12 cleans per year. Bidders who fail to submit a bid for both LOTS will render their bid non compliant.

The Purchaser will make an award for either Lot 1 or Lot 2 based on assessment of best value and affordability.

II.2.5) Award criteria

Criteria below:

Quality criterion: High Standards of Delivery / Weighting: 7%

Quality criterion: Operative Training/Supervisor Training / Weighting: 6%

Quality criterion: Quality Assurance / Weighting: 3%

Quality criterion: Service Continuity / Weighting: 7%

Quality criterion: Community Benefits / Weighting: 2%

Price / Weighting:  75

II.2.6) Estimated value

Value excluding VAT: 267 000.00  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:

There will be the option to extend for 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

II.2.14) Additional information

Full details of the tender evaluation methodology are contained in the tender documentation.

Lot No: 3

II.2.1) Title

Glazing & Minor Maintenance - covering the Angus Council area

II.2.2) Additional CPV code(s)

45441000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus Council area

II.2.4) Description of the procurement

The requirement is for:

Glazing and Minor Maintenance

Minor Maintenance: From time to time the Purchaser(s) may require the Contractor to carry out minor repairs to bus shelters and other sustainable transport infrastructure (eg cycle shelters/stands, signage/wayfinding, barriers etc). Minor repairs may involve tasks such as replacing fixings (bolts/screws etc) and include making damaged bus shelters and other sustainable transport infrastructure safe. Typically, a task may be completed within 1 hour in a single site visit.

II.2.5) Award criteria

Criteria below:

Quality criterion: High Standards of Delivery / Weighting: 5%

Quality criterion: Operative/Supervisor Training / Weighting: 5%

Quality criterion: Quality Assurance / Weighting: 2%

Quality criterion: Meeting Response Times / Weighting: 5%

Quality criterion: Emergency Response / Weighting: 3%

Quality criterion: Service Continuity / Weighting: 3%

Quality criterion: Community Benefits / Weighting: 2%

Price / Weighting:  75

II.2.6) Estimated value

Value excluding VAT: 160 000.00  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:

There will be the option to extend for 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

II.2.14) Additional information

Full details of the tender evaluation methodology are contained in the tender documentation.

Lot No: 4

II.2.1) Title

Glazing & Minor Maintenance - covering the Dundee City Council area

II.2.2) Additional CPV code(s)

45441000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Dundee City Council area

II.2.4) Description of the procurement

The requirement is for:

Glazing and Minor Maintenance

Minor Maintenance: From time to time the Purchaser(s) may require the Contractor to carry out minor repairs to bus shelters and other sustainable transport infrastructure (eg cycle shelters/stands, signage/wayfinding, barriers etc). Minor repairs may involve tasks such as replacing fixings (bolts/screws etc) and include making damaged bus shelters and other sustainable transport infrastructure safe. Typically, a task may be completed within 1 hour in a single site visit.

II.2.5) Award criteria

Criteria below:

Quality criterion: High Standards of Delivery / Weighting: 5%

Quality criterion: Operative Training/Supervisor Training / Weighting: 5%

Quality criterion: Quality Assurance / Weighting: 2%

Quality criterion: Meeting Response Times / Weighting: 5%

Quality criterion: Emergency Response / Weighting: 3%

Quality criterion: Service Continuity / Weighting: 3%

Quality criterion: Community Benefits / Weighting: 2%

Price / Weighting:  75

II.2.6) Estimated value

Value excluding VAT: 160 000.00  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:

There will be the option to extend for 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

II.2.14) Additional information

Full details of the tender evaluation methodology are contained in the tender documentation.

Lot No: 5

II.2.1) Title

Glazing & Minor Maintenance - covering the Perth & Kinross Council area

II.2.2) Additional CPV code(s)

45441000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Perth & Kinross Council area

II.2.4) Description of the procurement

The requirement is for:

Glazing and Minor Maintenance

Minor Maintenance: From time to time the Purchaser(s) may require the Contractor to carry out minor repairs to bus shelters and other sustainable transport infrastructure (eg cycle shelters/stands, signage/wayfinding, barriers etc). Minor repairs may involve tasks such as replacing fixings (bolts/screws etc) and include making damaged bus shelters and other sustainable transport infrastructure safe. Typically, a task may be completed within 1 hour in a single site visit.

II.2.5) Award criteria

Criteria below:

Quality criterion: High Standards of Delivery / Weighting: 5%

Quality criterion: Operative Training/Supervisor Training / Weighting: 5%

Quality criterion: Quality Assurance / Weighting: 2%

Quality criterion: Meeting Response Times / Weighting: 5%

Quality criterion: Emergency Response Times / Weighting: 3%

Quality criterion: Service Continuity / Weighting: 3%

Quality criterion: Community Benefits / Weighting: 2%

Price / Weighting:  75

II.2.6) Estimated value

Value excluding VAT: 160 000.00  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:

There will be the option to extend for 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

II.2.14) Additional information

Full details of the tender evaluation methodology are contained in the tender documentation.

Lot No: 6

II.2.1) Title

Glazing & Minor Maintenance - Combines Lot 3 to 5 to Cover Whole of Tayside

II.2.2) Additional CPV code(s)

45441000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Tayside

II.2.4) Description of the procurement

The requirement is for:

Glazing and Minor Maintenance

Minor Maintenance: From time to time the Purchaser(s) may require the Contractor to carry out minor repairs to bus shelters and other sustainable transport infrastructure (eg cycle shelters/stands, signage/wayfinding, barriers etc). Minor repairs may involve tasks such as replacing fixings (bolts/screws etc) and include making damaged bus shelters and other sustainable transport infrastructure safe. Typically, a task may be completed within 1 hour in a single site visit.

II.2.5) Award criteria

Criteria below:

Quality criterion: High Standards of Delivery / Weighting: 5%

Quality criterion: Operative Training/Supervisor Training / Weighting: 5%

Quality criterion: Quality Assurance / Weighting: 2%

Quality criterion: Meeting Response Times / Weighting: 5%

Quality criterion: Emergency Response / Weighting: 3%

Quality criterion: Service Continuity / Weighting: 3%

Quality criterion: Community Benefits / Weighting: 2%

Price / Weighting:  75

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:

There will be the option to extend for 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

II.2.14) Additional information

Full details of the tender evaluation methodology are contained in the tender documentation.

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:

Bidder are required to evidence their Company Certificate of Incorporation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

To provide us with the confidence that the Provider can deliver the requirements of the contract, the following financial indicators will be used based on your last 2 years audited accounts:

Tenderers will be required to provide/state the value(s) for the following financial ratio(s):

- Net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss.

- Current ratio equal to or greater than one in both financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

- Positive Gearing Ratio for both financial years. i.e. an excess of shareholders funds/partners' capital accounts/owners equity over loan finance in both of the financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

- Positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in both of the financial years.

- Unqualified audit report (if an audit is required).

- Managements accounts showing your current position, for the period following your final accounts to include profit and loss and balance sheet


Minimum level(s) of standards required:

Insurance Requirements:

Employer's Liability Insurance: Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim.

Public Liability Insurance: Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim.

Full details of the Selection Criteria are contained in the Tender documentation.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Tenderers will be required to provide examples that demonstrate that they have the relevant experience as follows:

2 x Contract examples - For the Lot being tendered for:

Lot 1 and 2: Cleaning (of equivalent infrastructure)

Lot 3 – 6: Glazing and Minor Maintenance of Bus Shelters (or equivalent infrastructure)

FOR GLAZING & MINOR MAINTENANCE (QUALITY ASSURANCE)

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

The Principal Contractor/Contractor is to also apply the recommendations as set out in BS EN ISO 9001:2008 Quality Management Systems, as part of their working practice throughout the Contract Period. (Or equivalent as set out in the tender documentation.

FOR EITHER CLEANING or

GLAZING & MINOR MAINTENANCE

Health and Safety Procedures

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. Evidence of membership/certification is required. (Or equivalent as set out in the tender documentation).


III.2) Conditions related to 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: 4

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: 05/10/2021

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

Tender must be valid until: 10/01/2022

IV.2.7) Conditions for opening of tenders

Date: 05/10/2021

Local time: 12:00

Place:

PCST Electronic Postbox

Information about authorised persons and opening procedure:

Lead Commodity Manager for the Procurement Exercise

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

September 2024

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 PQQ exercise. The Project code is 19539. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

Community Benefits:

Bidding Organisations responding to this tender opportunity are requested to adopt the following community benefits approach. The Councils (Angus, Dundee City and Perth & Kinross Councils) are committed to maximising community benefits.

Community Benefits improve the economic, social or environmental wellbeing of the specific local authority areas (Angus, Dundee City and Perth & Kinross Councils)

.

Perth and Kinross Council, in conjunction with their community planning officers, have developed a ‘Wish List’ . To find information about current community requirements in the Perth and Kinross Council area please look at their website. The link is as follows: https://www.pkc.gov.uk/article/20942/Map-of-community-benefits-wish-list

If you are successful in the award of this contract you will be required to communicate with the Councils’ designated person to finalise the community benefits that you are offering.

The following Community Benefit Outcomes specified in the Contract meet that policy and legal context and require to be delivered as part of the Contract:

Based on the annual estimated spend of this contract any successful Contractor would be expected to deliver the following Community Benefits as a minimum. Contractor must report delivered Community Benefits to the Contract Manager on a regular basis.

Work Experience Placement,

Charitable Donations,

Communal Area Refurbishment: Work with the Councils’ allocated Community Benefits Champion or other designated person to improve one aspect of communal area e.g. graffiti removal,

Industry Awareness Day (Half Day): potentially provide to public schools, colleges, job centres. Topics could include awareness on use of equipment,

Volunteering: Staff volunteering to good causes,

Tool Box Talk:Provide a short presentation to the Councils’ employees on a single aspect of health and safety.

(SC Ref:665858)

VI.4) Procedures for review

VI.4.1) Review body

Dundee Sherriff Court and Justice of the Peace

8 West Bell Street

Dundee

DD1 9AD

UK

E-mail: dundee@scotcourts.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Dundee City Council

Legal Services, 21 City Square

Dundee

DD1 3BS

UK

VI.5) Date of dispatch of this notice

03/09/2021

Coding

Commodity categories

ID Title Parent category
90910000 Cleaning services Cleaning and sanitation services
45441000 Glazing work Painting and glazing work

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:
julie.thompson@dundeecity.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.