Notice Information
Notice Title
Supply Delivery Maintenance and Repair of Cleaning Equipment
Notice Description
It is anticipated that the scope of the equipment covered under the framework will include, but is not limited to, vacuums, scrubber-dryers, sweepers, rotary machines, and carpet extractors. There will also be a requirement for the service and maintenance of Cleaning Equipment.
Lot Information
Supply & Delivery of Cleaning Equipment & Associated Products
Supply and delivery at a national price for a range of commercial cleaning machines used in municipal buildings and schools. Additional goods including spares and accessories are also within the scope.
Options: The initial period of the Framework Contract will run for 36 months from the commencement date with an option to extend for up to a further 12-month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel. Duration is 48 months if all options are exercised as stated above
Maintenance & Repair of Cleaning Equipment & Associated ProductsIt is anticipated that the scope of the equipment covered under the framework will include, but is not limited to, vacuums, scrubber-dryers,sweepers, rotary machines, and carpet extractors. This lot is to provide the service and maintenance of Cleaning Equipment.
Options: The initial period of the Framework Contract will run for 36 months from the commencement date with an option to extend for up to a further 12-month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel. Duration is 48 months if all options are exercised as stated above
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03a76d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/017361-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
-
- CPV Codes
39713400 - Floor-maintenance machines
Notice Value(s)
- Tender Value
- £4,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £4,000,000 £1M-£10M
Notice Dates
- Publication Date
- 5 Jun 20241 years ago
- Submission Deadline
- 12 Feb 2024Expired
- Future Notice Date
- 13 Mar 2023Expired
- Award Date
- 12 May 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTLAND EXCEL
- Contact Name
- Richard Bridgen
- Contact Email
- oss@scotland-excel.org.uk
- Contact Phone
- +44 1414888230
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1AR
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM Scotland
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03a76d-2024-06-05T09:48:38+01:00",
"date": "2024-06-05T09:48:38+01:00",
"ocid": "ocds-h6vhtk-03a76d",
"description": "Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies): The 32 local authorities in Scotland listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx; Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organizations across the higher and further education sector in Scotland NHS Scotland entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organization established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotlan Act 2014. Scotland Excel associate members listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx;any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland) Act 2014 The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel. Retrospective rebates apply to this framework. Please see the Special Conditions of Contract Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement. Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each contracting authority entitled to use this proposed framework agreement and will be settled by them during call-off of a contract under this proposed framework agreement. IMPORTANT NOTE:For some lots particular requirements apply, including but not limited to, a Minimum Bid Requirement, and the requirement to evidence conformance with the Tender Specification in all lots . Bids MAY be excluded from evaluation (in whole, or in part) if they do not include the information required in accordance with instructions given. Bids may be subject to a specific EVALUATION APPROACH in particular circumstances detailed in the instructions. Detailed information and instructions are contained within the tender documents The buyer is using PCS-Tender to conduct this ITT ex ercise. The Project code is 23965.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/ Tenderers will be requested to confirm if they will offer community benefits for this framework. (SC Ref:768517)",
"initiationType": "tender",
"tender": {
"id": "05-23",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply Delivery Maintenance and Repair of Cleaning Equipment",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "39713400",
"description": "Floor-maintenance machines"
},
"mainProcurementCategory": "goods",
"description": "It is anticipated that the scope of the equipment covered under the framework will include, but is not limited to, vacuums, scrubber-dryers, sweepers, rotary machines, and carpet extractors. There will also be a requirement for the service and maintenance of Cleaning Equipment.",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Supply & Delivery of Cleaning Equipment & Associated Products",
"description": "Supply and delivery at a national price for a range of commercial cleaning machines used in municipal buildings and schools. Additional goods including spares and accessories are also within the scope.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "80"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial period of the Framework Contract will run for 36 months from the commencement date with an option to extend for up to a further 12-month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel. Duration is 48 months if all options are exercised as stated above"
}
},
{
"id": "2",
"title": "Maintenance & Repair of Cleaning Equipment & Associated Products",
"description": "It is anticipated that the scope of the equipment covered under the framework will include, but is not limited to, vacuums, scrubber-dryers,sweepers, rotary machines, and carpet extractors. This lot is to provide the service and maintenance of Cleaning Equipment.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "80"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial period of the Framework Contract will run for 36 months from the commencement date with an option to extend for up to a further 12-month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel. Duration is 48 months if all options are exercised as stated above"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39713400",
"description": "Floor-maintenance machines"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39713400",
"description": "Floor-maintenance machines"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2023-03-13T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.",
"minimum": "Minimum level(s) of standards required: INSURANCE REQUIREMENTS: It is a requirement of the contracts to be procured under the proposed framework agreement that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: ALL LOTS EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence. PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 5 million GBP per occurrence, and in the aggregate in respect of Products. MOTOR VEHICLE INSURANCE = a minimum indemnity level of 1 million GBP in respect of third party property damage, without limit to the number of claims; unlimited in respect of personal injury. For full details please see the Procurement Documents. OTHER ECONOMIC AND FINANCIAL REQUIREMENTS: A search of the tenderer against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement. Equifax's protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company:credit history; disqualification; validation and investigation bureau; connected data; and bureau information. For full details please see the Procurement Documents.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "1. Subcontracting 2. Quality Management Procedures 3. Environmental Management Systems or Standards 4. Health and Safety Procedures For full details please see the Procurement Documents. In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and professional ability selection criteria apply separately in relation to each individual lot.",
"minimum": "SUBCONTRACTING: Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely on to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria). QUALITY MANAGEMENT PROCEDURES: The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN ISO 9001 (or equivalent). OR A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS: The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. OR A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control). HEALTH AND SAFETY PROCEDURES: The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 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 of the work and set out responsibilities for H&S management at all levels within the organization. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "For full details of the conditions relevant to the proposed Framework Agreement, and contracts to be called-off thereunder (to the extent known or settled at this stage), please see the procurement documents (details of how to access these being set out in section \"I.3) Communication\" of this Contract Notice). It should be noted that, in accordance with Regulations 20 (7) and 20 (8) of the Public Contracts (Scotland) Regulations 2015, Scotland Excel may, where it is considered necessary, impose conditions for the performance of the contract by a group of economic operators which are different from those imposed on individual participants (for example Scotland Excel may require the group of economic operators to be jointly and severally liable for the performance of the contract), and may require groups of economic operators to assume a specific legal form for the purposes of the award of the contract",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 10
},
"hasElectronicAuction": true,
"electronicAuction": {
"description": "This is at the discretion of each Scotland Excel Council, Associate Member or other bodies Participating and applicable requirements will be set out by them during the procedure for the call-off of a contract under this proposed framework agreement (subject to law)."
}
},
"tenderPeriod": {
"endDate": "2024-02-12T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-02-12T12:00:00Z"
},
"bidOpening": {
"date": "2024-02-12T12:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)Regulations 2015 (SSI2015/446)(as amended) may bring proceedings in the Sheriff Court or the Court of Session."
},
"parties": [
{
"id": "GB-FTS-186",
"name": "Scotland Excel",
"identifier": {
"legalName": "Scotland Excel"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1AR",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Richard Bridgen",
"telephone": "+44 1414888230",
"email": "oss@scotland-excel.org.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scotland-excel.org.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-942",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-115269",
"name": "Highland Industrial Supplies Ltd",
"identifier": {
"legalName": "Highland Industrial Supplies Ltd"
},
"address": {
"streetAddress": "36 Seafield Road",
"locality": "INVERNESS",
"region": "UKM6",
"postalCode": "IV1 1SG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-111454",
"name": "DMG Floorcare Ltd",
"identifier": {
"legalName": "DMG Floorcare Ltd"
},
"address": {
"streetAddress": "35 Colquhoun Avenue, Hillington Park",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G52 4BN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1418830090"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-115270",
"name": "Nilfisk Ltd",
"identifier": {
"legalName": "Nilfisk Ltd"
},
"address": {
"streetAddress": "18- 19 Bowerbank way, Gilwilly Ind Estate",
"locality": "Penrith",
"region": "UKG",
"postalCode": "CA11 9BQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-186",
"name": "Scotland Excel"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000738486"
}
],
"language": "en",
"awards": [
{
"id": "017361-2024-1",
"relatedLots": [
"1"
],
"title": "Supply & Delivery of Cleaning Equipment & Associated Products",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-115269",
"name": "Highland Industrial Supplies Ltd"
},
{
"id": "GB-FTS-115270",
"name": "Nilfisk Ltd"
},
{
"id": "GB-FTS-111454",
"name": "DMG Floorcare Ltd"
}
]
},
{
"id": "017361-2024-2",
"relatedLots": [
"2"
],
"title": "Maintenance & Repair of Cleaning Equipment & Associated Products",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-111454",
"name": "DMG Floorcare Ltd"
}
]
}
],
"contracts": [
{
"id": "017361-2024-1",
"awardID": "017361-2024-1",
"title": "Supply & Delivery of Cleaning Equipment & Associated Products",
"status": "active",
"value": {
"amount": 3600000,
"currency": "GBP"
},
"dateSigned": "2024-05-13T00:00:00+01:00"
},
{
"id": "017361-2024-2",
"awardID": "017361-2024-2",
"title": "Maintenance & Repair of Cleaning Equipment & Associated Products",
"status": "active",
"value": {
"amount": 400000,
"currency": "GBP"
},
"dateSigned": "2024-05-13T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 13
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 10
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 9
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 7
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 13
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 10
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 13
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 10
}
]
}
}