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
shona.dunsmore@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
TMC for Repair and Replacement of Refrigeration Units in Non Housing Properties
Reference number
CC11089
two.1.2) Main CPV code
- 50883000 - Repair and maintenance services of catering equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Servicing, repair, replacement and installation of refrigeration units in non-housing council properties
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42513000 - Refrigerating and freezing equipment
- 42513290 - Commercial refrigerating equipment
- 42530000 - Parts of refrigerating and freezing equipment and heat pumps
- 42531000 - Parts of refrigerating equipment
- 45331231 - Installation work of refrigeration equipment
two.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
Main site or place of performance
Non-Housing properties run by West Lothian Council across the whole council area.
two.2.4) Description of the procurement
TMC for Repair and Replacement of Refrigeration Units in Non Housing Properties across West Lothian.
two.2.5) Award criteria
Quality criterion - Name: Contract Delivery / Weighting: 24
Quality criterion - Name: Professional Qualities / Weighting: 4
Quality criterion - Name: Technical Skills / Weighting: 11
Quality criterion - Name: Workforce Matters / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £500,000
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 24 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: ESPD 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: ESPD 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
Contractors shall be Members of the Institute of Refrigeration Engineers Or British Refrigeration Association.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Re 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
Valid Motor Vehicle Insurance
three.1.3) Technical and professional ability
List and brief description of selection criteria
Re: ESPD Q4D Bidders must hold the certificates or comply with the questions noted in ESPD 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
Contractors shall be Members of the Institute of Refrigeration Engineers Or British Refrigeration Association.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Detailed in information on PCS-Tender
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
26 July 2021
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
26 July 2021
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 (Spring 2026) if extension period utilised or in 3 years (Spring 2024) 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 1234. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Community Benefits proposals provided by suppliers will not form part of the contract award criteria and will not be evaluated when determining the winning tender, but will require to be delivered as part of the contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18891. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
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:658110)
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