Tender

WLC Plumbing, Gas & Heating Spares

  • West Lothian Council

F02: Contract notice

Notice identifier: 2022/S 000-006703

Procurement identifier (OCID): ocds-h6vhtk-0320c9

Published 11 March 2022, 12:17pm



Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Contact

Keith Smith

Email

keith.smith@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

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 Plumbing, Gas & Heating Spares

Reference number

CC11743

two.1.2) Main CPV code

  • 44115200 - Plumbing and heating materials

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply contract for plumbing, gas and heating spares. Split into 3 lots.

Lot 1 - Gas

Lot 2 - Plumbing

Lot 3 - Cast iron

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

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

Plumbing Spare Parts

Lot No

2

two.2.2) Additional CPV code(s)

  • 44115210 - Plumbing materials

two.2.3) Place of performance

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

West Lothian Council area

two.2.4) Description of the procurement

WLC see ka supplier for plumbing parts and spares

two.2.5) Award criteria

Quality criterion - Name: Management Structure / Weighting: 2

Quality criterion - Name: Infrastructure & Proof of Delivery / Weighting: 5

Quality criterion - Name: Monitoring & Reporting & Communications / Weighting: 3

Quality criterion - Name: Innovations / Weighting: 2

Quality criterion - Name: Escalation Process / Weighting: 2

Quality criterion - Name: Faulty or Damaged Goods & Product Recall / Weighting: 3

Quality criterion - Name: Out of Hours & Emergencies / Weighting: 3

Quality criterion - Name: Invoicing / Weighting: 2

Quality criterion - Name: Recycling Schemes / Weighting: 1

Quality criterion - Name: Workforce Matters / Weighting: 2

Quality criterion - Name: Community Benefits / Weighting: 5

Price - Weighting: 70

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

Duration in months

40

This contract is subject to renewal

Yes

Description of renewals

4 years plus potential to extend for a further year

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

price list may change and additional items may be required through the life of the contract

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 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.

two.2) Description

two.2.1) Title

Cast Iron Parts and Spares

Lot No

3

two.2.2) Additional CPV code(s)

  • 44163110 - Drainage pipes

two.2.3) Place of performance

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

West Lothian Council Area

two.2.4) Description of the procurement

WLC seek a supplier for cast Iron parts and spares

two.2.5) Award criteria

Quality criterion - Name: Management Structure / Weighting: 2

Quality criterion - Name: Infrastructure & Proof of Delivery / Weighting: 5

Quality criterion - Name: Monitoring & Reporting & Communications / Weighting: 3

Quality criterion - Name: Innovations / Weighting: 2

Quality criterion - Name: Escalation Process / Weighting: 2

Quality criterion - Name: Faulty or Damaged Goods & Product Recall / Weighting: 3

Quality criterion - Name: Out of Hours & Emergencies / Weighting: 3

Quality criterion - Name: Invoicing / Weighting: 2

Quality criterion - Name: Recycling Schemes / Weighting: 1

Quality criterion - Name: Workforce Matters / Weighting: 2

Quality criterion - Name: Community Benefits / Weighting: 5

Price - Weighting: 70

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

Initial 4 year period with the option of a further one year extension

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Prices may change and there may be a need for additional items through the life of the contract

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 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.

two.2) Description

two.2.1) Title

Gas Spares

Lot No

1

two.2.2) Additional CPV code(s)

  • 44115220 - Heating materials
  • 44163121 - Heating pipes
  • 44620000 - Central-heating radiators and boilers and parts
  • 44621221 - Parts of central-heating boilers

two.2.3) Place of performance

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

West Lothian Council area

two.2.4) Description of the procurement

WLC seeking supplier for central heating parts and spares

two.2.5) Award criteria

Quality criterion - Name: Management Structure / Weighting: 2

Quality criterion - Name: Infrastructure & Proof of Delivery / Weighting: 5

Quality criterion - Name: Monitoring & Reporting & Communications / Weighting: 3

Quality criterion - Name: Innovations / Weighting: 2

Quality criterion - Name: Escalation Process / Weighting: 2

Quality criterion - Name: Faulty or Damaged Goods & Product Recall / Weighting: 3

Quality criterion - Name: Out of Hours & Emergencies / Weighting: 3

Quality criterion - Name: Invoicing / Weighting: 2

Quality criterion - Name: Recycling Schemes / Weighting: 1

Quality criterion - Name: Workforce Matters / Weighting: 2

Quality criterion - Name: Community Benefits / Weighting: 5

Price - Weighting: 70

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

initial 4 year contract with potential to renew for a further year

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Price list is not exhaustive and other items may be required through the life of the contract

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 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.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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 35 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 34 or less 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

Employers Liability: 10 Million GBP

Public Liability: 5 Million GBP

Valid Motor Vehicle Insurance

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.1.8) 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 April 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

11 April 2022

Local time

12:00pm

Place

PCS-Tender on-line

Information about authorised persons and opening procedure

WLC Corporate Procurement Staff 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: if extension not used after 4 years. If extension used then re-tender after 5 years

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 20501. 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 form part of the award criteria and will be awarded up to 5% of the technical points For further procurement information visit the link below. http://www.westlothian.gov.uk/article/2023/Doing-Business-With-The-Council.

(SC Ref:683032)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Country

United Kingdom