AI helper
This tender is for public toilet cleaning and hygiene services across two separable portions (Zone A and Zone B). Respondents can bid for one or both zones. The contract may be awarded as one or two contracts. Key services include daily cleaning, periodic cleaning, ad hoc rapid response cleaning, and toilet cleaning. The contractor must ensure staff have valid police certificates, appropriate PPE, and are courteous. GPS tracking for cleaner vehicles is required. The contractor must manage consumables, plant, and equipment, adhering to WHS and risk management. Response to fire danger days is crucial. Evaluation criteria include mandatory requirements, qualitative criteria (experience, capacity, methodology, local business support, pricing), and KPIs. Contract management involves inspections, reporting via a web-based system, meetings, and complaint handling. Invoicing is electronic and monthly. A high standard of cleaning is expected, with specific KPIs for floors, surfaces, walls, tiles, basins, dispensers, doors, glazing, toilet pans, seats, partitions, urinals, and cleaning signs. Sharps containers must be inspected and replaced. Ad hoc and rapid response cleaning must be managed within specified timeframes. Cleaning products require council approval and should be environmentally friendly. Deep cleaning is required quarterly for specific sites and semi-annually for all sites.
The proposed date of commencement for the contract is 1st July 2026, with a date for completion/expiry of 30th June 2029. The bid notice states, date of commencement 1st july 2026 date for completionexpiry 30th june 2029.
Invoices are to be submitted electronically at the completion of each month and emailed to ***@***. *. * with a copy to the authorised council officer. The bid notice states, Invoices are to be submitted electronically at the completion of each month and emailed to ***@***. *. * with a copy to the authorised council officer.
The contract may be awarded as one or two contracts, at council's discretion, to achieve best value, service resilience, and geographic efficiency. The bid notice states, The contract may be awarded as one or two contracts, at councils discretion, to achieve best value, service resilience, and geographic efficiency.
Mandatory evaluation criteria include public liability insurance, return to work sa whs management system, environmental management system, quality management system, job safety analysis (e. g. jsea, swms), web-based reporting system with a 247 client portal, vehicle gps, and storage capacity for a minimum of 3 pallets of toilet paper. The bid notice states, Mandatory evaluation criteria public liability insurance return to work sa whs management system environmental management system quality management system job safety analysis e. g. jsea, swms webbased reporting system with a 247 client portal for all communications refer section 11. 3 vehicle gps refer section 6. 4 storage capacity capacity to store a minimum of 3 pallets of toilet paper refer section 7. 3.
The contractor's supervisor is to undertake monthly cleaning inspections of all council's public toilets, which the council authorised officer may attend. The bid notice states, The contractors supervisor is to undertake monthly cleaning inspections of all councils public toilets which the council authorised officer may attend.