Tender

WLC - TMC for Mechanical Plant; Installation, Repairs & Servicing

  • West Lothian Council

F02: Contract notice

Notice identifier: 2022/S 000-001588

Procurement identifier (OCID): ocds-h6vhtk-030ccd

Published 19 January 2022, 1:05pm



Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Contact

Shona Dunsmore

Email

shona.dunsmore@westlothian.gov.uk

Telephone

+44 1506281814

Fax

+44 1506281325

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

http://www.westlothian.gov.uk/article/2468/Contract-Opportunities

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

WLC - TMC for Mechanical Plant; Installation, Repairs & Servicing

Reference number

CC11671

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

West Lothian Council wish to appoint a suitably experienced and competent Term Maintenance Contractor to undertake minor works, repairs, replacements and servicing of the heating systems and plant within its Non-Housing properties.

Work will be in occupied and operational Schools and Educational establishments as well as Care Homes, Partnership Centres, Libraries, Offices, Community Centres, TNRP (Tenanted Non Residential Properties such as industrial units and shops) as well as other Commercial type properties.

Work will comprise but not necessarily be limited to reactive repairs, including emergency and out of hours attendance, to heating and hot water systems to ensure that they are operational, replacing heating and hot water components and pipework, heat emitters and boilers, high level radiant heaters, pumps and other associated parts of heating systems

The contract will be to provide a complete package of servicing of all boiler plant comprising, natural gas, LPG, and oil fired boilers ranging from 15Kw units up to and including 900Kw units. Servicing repairs and replacements will also include for Air Source and Ground Source units, Air Handling Units and CHP units.

BMS installation, integration, and management will also form part of the contract.

A requirement for interested contractors is that they must not sub-contract more than thirty percent of the works. It should be noted this is not an FM style contract and contractors will be expected to have sufficient in-house, directly employed, qualified and competent staff, to undertake the requirements of this contract.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 51120000 - Installation services of mechanical equipment
  • 51100000 - Installation services of electrical and mechanical equipment
  • 43300000 - Construction machinery and equipment
  • 43320000 - Construction equipment
  • 44190000 - Miscellaneous construction materials
  • 44192000 - Other miscellaneous construction materials
  • 45000000 - Construction work
  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Within the geographical area of West Lothian Council

two.2.4) Description of the procurement

West Lothian Council wish to appoint a suitably experienced and competent Term Maintenance Contractor to undertake minor works, repairs, replacements and servicing of the heating systems and plant within its Non-Housing properties.

Work will be in occupied and operational Schools and Educational establishments as well as Care Homes, Partnership Centres, Libraries, Offices, Community Centres, TNRP (Tenanted Non Residential Properties such as industrial units and shops) as well as other Commercial type properties.

Work will comprise but not necessarily be limited to reactive repairs, including emergency and out of hours attendance, to heating and hot water systems to ensure that they are operational, replacing heating and hot water components and pipework, heat emitters and boilers, high level radiant heaters, pumps and other associated parts of heating systems

The contract will be to provide a complete package of servicing of all boiler plant comprising, natural gas, LPG, and oil fired boilers ranging from 15Kw units up to and including 900Kw units. Servicing repairs and replacements will also include for Air Source and Ground Source units, Air Handling Units and CHP units.

BMS installation, integration, and management will also form part of the contract.

A requirement for interested contractors is that they must not sub-contract more than thirty percent of the works. It should be noted this is not an FM style contract and contractors will be expected to have sufficient in-house, directly employed, qualified and competent staff, to undertake the requirements of this contract.

two.2.5) Award criteria

Quality criterion - Name: Technical Skills / Weighting: 10

Quality criterion - Name: Works Management / Weighting: 10

Quality criterion - Name: Asbestos / Weighting: 8

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.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 an option to extend for up to a further 2 x 12 months. If extension used, then re-tender after 5 years. If extension not used, then

re-tender after 3 years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Council properties list may alter as properties may be added or removed during the course of the contract

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Re: SPD Q3D.1, 3D.2 & 3D.3 Bidders to answer these on Environmental, social & labour law in relation to compliance with regulations covering Scotland & UK.

Police Scotland will be consulted with regards to Serious & Organised Crime checks. Any links to this type of activity may cause your tender to be rejected. Re: SPD Q2B, complete information for all company directors, using home address.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

With reference to SPD question 4A.1; If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

The successful supplier must be a member of the Gas Safe Registration scheme. Confirmation is required that the tenderer is not only Gas Safe Registered but is also a current member of either NICEIC or SELECT.

three.1.2) Economic and financial standing

List and brief description of selection criteria

With reference to ESPD question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 35 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 35-

(minus) will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 35, the tenderer may be required to submit their last three years accounts.

In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk.

Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3 year period.

It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 35) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer’s financial status.

In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.

Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.

Minimum level(s) of standards possibly required

Insurances Required

Employers Liability: 10,000,000 GBP

Public Liability: 5,000,000 GBP

Professional Indemnity: 2,000,000 GBP

Other Insurances:

Valid Motor Vehicle Insurance

three.1.3) Technical and professional ability

List and brief description of selection criteria

Re: SPD Q4D Bidders must hold the certificates or comply with the questions noted in SPD 4D attached to

http://www.westlothian.gov.uk/article/11428/Changes-to-Public-Procurement-Rules.

The HSE website will be checked for breaches. Should our H&S team not be satisfied with the outcome your tender will be rejected

Minimum level(s) of standards possibly required

Please confirm that the bidder and the engineers who will work on this contract are Gas Safe Registered and that the individual engineers carry the qualifications listed.

Confirmation is required that the tenderer is not only Gas Safe Registered but is also a current member of either NICEIC or SELECT.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Detailed in information on PCS-Tender


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 February 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

21 February 2022

Local time

12:00pm

Place

Electronically online via PCS-Tender.

Information about authorised persons and opening procedure

Corporate Procurement Unit staff


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: In 5 years (2027) if extension period utilised or in 3 years (2025) if extension period not utilised.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Re: SPD Q2B, complete information for all company directors, using home address.

TUPE – The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications.

CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except

insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the

Authority will similarly be treated in confidence except:

(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of

Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.

The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.

(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;

(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the

Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20433. 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:

Community Benefits proposals will not form part of the award criteria and will not be evaluated but will be contractual obligations. For further procurement information visit the link below. http://www.westlothian.gov.uk/article/2023/Doing-Business-With-The-Council.

(SC Ref:676731)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court

Howden South Road

Livingston

EH54 6FF

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/livingston-sheriff-court-and-justice-of-the-peace-court