Opportunity

WLC Scaffolding Framework

  • West Lothian Council

F02: Contract notice

Notice reference: 2024/S 000-004099

Published 7 February 2024, 3:35pm



Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

Howden South Road

Livingston

EH54 6FF

Contact

Catriona Peden

Email

Catriona.Peden@westlothian.gov.uk

Telephone

+44 1506283312

Fax

+44 1506281325

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

http://www.westlothian.gov.uk

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 Scaffolding Framework

Reference number

CC13022

two.1.2) Main CPV code

  • 45262100 - Scaffolding work

two.1.3) Type of contract

Works

two.1.4) Short description

West Lothian Council seeks to award a framework agreement for a minimum of 4 Contractors for each of the two lots. The framework will service a variety of projects ranging in value and specification and call offs will be awarded through a direct award to top ranked Contractors for lot 1 or through a mini competition for larger projects awarded on lot 2, as listed below:

Lot 1 for individual projects under 50,000GBP, and

Lot 2 for individual projects over the value of 50,000GBP.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 for individual projects below the value of 50,000GBP

Lot No

1

two.2.2) Additional CPV code(s)

  • 44212310 - Scaffolding
  • 44212315 - Equipment for scaffolding
  • 44212317 - Scaffolding structures
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

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

Sites within the West Lothian Council area

two.2.4) Description of the procurement

West Lothian Council seeks to award a framework agreement for a minimum of 4 Contractors for each of the two lots. The framework will service a variety of projects ranging in value and specification and call offs will be awarded through a direct award to top ranked Contractors for lot 1 as listed below:

Lot 1 for individual projects under 50,000GBP

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 15

Quality criterion - Name: Programme Management/Prioritisation / Weighting: 10

Quality criterion - Name: Design Management / Weighting: 10

Quality criterion - Name: Community Benefits / Weighting: 4

Quality criterion - Name: Fair Work First / Weighting: 1

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework will be retendered in the fourth year.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

WLC provide Police Scotland info on representatives of bidders to allow them to review and provide feedback.

SPD Q1.12 Part 2B to be completed with personal information: full name including middle names as on birth and/or marriage certificate; day, date, month and location of birth; home address and postcode. The name entered must be consistent with any birth and/or marriage certificate etc.

two.2) Description

two.2.1) Title

Lot 2 for individual projects over the value of 50,000GBP

Lot No

2

two.2.2) Additional CPV code(s)

  • 44212310 - Scaffolding
  • 44212315 - Equipment for scaffolding
  • 44212317 - Scaffolding structures
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work

two.2.3) Place of performance

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

Sites within the West Lothian Council area

two.2.4) Description of the procurement

West Lothian Council seeks to award a framework agreement for a minimum of 4 Contractors for each of the two lots. The framework will service a variety of projects ranging in value and specification and call offs will be awarded through a mini competition for larger projects awarded on lot 2

Lot 2 for individual projects over the value of 50,000GBP.

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 15

Quality criterion - Name: Programme Management/Prioritisation / Weighting: 10

Quality criterion - Name: Design Management / Weighting: 10

Quality criterion - Name: Community Benefits / Weighting: 4

Quality criterion - Name: Fair Work First / Weighting: 1

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework will be retendered after 4 years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

WLC provide Police Scotland info on representatives of bidders to allow them to review and provide feedback.

SPD Q1.12 Part 2B to be completed with personal information: full name including middle names as on birth and/or marriage certificate; day, date, month and location of birth; home address and postcode. The name entered must be consistent with any birth and/or marriage certificate etc.


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

All scaffolders must be CISRS card holders.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Re SPD 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 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, 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 50) 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

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Professional Risk Indemnity: 2 million GBP

Employer's (Compulsory) Liability: 10 million GBP

Public Liability: 5 million GBP

Other Insurance:

Type: Valid Motor Vehicle Insurance

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

All scaffolders must be CISRS card holders.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 6

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

11 March 2024

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

11 March 2024

Local time

12:00pm

Place

Online on PCS-Tender

Information about authorised persons and opening procedure

WLC CPU staff will open online on PCS-Tender


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Framework will be retendered within 4 years with the aim of having no gap between one finishing and another starting

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 Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.

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 24832. 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:

Please Note: Community Benefits will be evaluated for this procurement procedure and will form 4% of the overall award criteria. For further procurement information visit the link below. West Lothian Council - Community Benefits in Procurement

(SC Ref:757483)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court

West Lothian Civic Centre

Livingston

EH54 6FF

Country

United Kingdom