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
keith.smith@westlothian.gov.uk
Telephone
+44 1506281814
Fax
+44 1506281325
Country
United Kingdom
NUTS code
UKM78 - West Lothian
Internet address(es)
Main address
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