Section one: Contracting authority
one.1) Name and addresses
West Lothian Council
West Lothian Civic Centre
Livingston
EH54 6FF
Contact
Catriona Peden
Catriona.Peden@westlothian.gov.uk
Telephone
+44 1506283312
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
Framework for the Supply, Installation and Maintenance of Bus Shelters
Reference number
CC13399
two.1.2) Main CPV code
- 44212321 - Bus shelters
two.1.3) Type of contract
Supplies
two.1.4) Short description
The requirement has been split into two lots - up to 3 suppliers are sought for each of the following:
Lot 1 – Supply, installation, re-siting and removal of bus shelters.
Lot 2 – Repair of bus shelters/associated infrastructure
two.1.5) Estimated total value
Value excluding VAT: £320,000
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
Supply, installation, re-siting and removal of bus shelters.
Lot No
1
two.2.2) Additional CPV code(s)
- 44212321 - Bus shelters
- 45213315 - Bus-stop shelter construction work
- 45216129 - Protective shelters
- 44112110 - Shelter parts
- 44112100 - Shelters
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
Up to 3 suppliers are sought for each of the following:
Lot 1 – Supply, installation, re-siting and removal of bus shelters.
Lot 1 will be used as a means of replacing shelters coming to the end of their lifecycle. Government initiatives for funding such opportunities may transpire over the lifespan of the contract in line with Transport Scotland priorities.
two.2.5) Award criteria
Quality criterion - Name: Method Statement and Risk Assessment / Weighting: 15
Quality criterion - Name: Timescales / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 70
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
Optional 1 year extension and renewal if this framework is successful after 3 or 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
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
Repair of bus shelters/associated infrastructure
Lot No
2
two.2.2) Additional CPV code(s)
- 44112100 - Shelters
- 44112110 - Shelter parts
- 44212321 - Bus shelters
- 45213315 - Bus-stop shelter construction 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
Up to 3 suppliers are sought for each of the following:
Lot 2 – Repair of bus shelters/associated infrastructure
It is anticipated that both lots will be in place for a period of 3 years plus a possible 1-year extension. This will allow for efficient provision of new shelters required as new residential developments advance within West Lothian. Lot 2 will establish a catalogue style ordering system for facilitating product-specific repairs in a timely manner as they are reported/realized in line with service standards.
two.2.5) Award criteria
Quality criterion - Name: Method Statement and Risk Assessment / Weighting: 15
Quality criterion - Name: Timescales / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 70
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
Optional 1 year extension and renewal if this framework is successful after 3 or 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
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 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
Employer’s (Compulsory) Liability Insurance = 10 Million GBP
Public Liability Insurance = 10 Million GBP
Professional Risk Indemnity Insurance = 2 Million GBP
Product Liability Insurance = 10 Million GBP
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
West Lothian Council - 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.
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: 3
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
12 June 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
12 June 2024
Local time
12:00pm
Place
Online on PCS-Tender
Information about authorised persons and opening procedure
WLC CPU staff 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: If spend allows 1 year extension will be used whilst framework is retendered
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
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 26334. 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 3% of the overall award criteria. For further procurement information visit the link below. West Lothian Council - Community Benefits in Procurement
(SC Ref:761820)
six.4) Procedures for review
six.4.1) Review body
Livingston Sheriff Court
West Lothian Civic Centre
Livingston
EH54 6FF
Country
United Kingdom