Section one: Contracting authority
one.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
CorporateProcurementUnit@west-dunbarton.gov.uk
Telephone
+44 1389737000
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
https://www.west-dunbarton.gov.uk/business/suppliers/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Electrical Specialist Including Entry Systems and Alarms
two.1.2) Main CPV code
- 45310000 - Electrical installation work
two.1.3) Type of contract
Works
two.1.4) Short description
The authority intends to create a framework, the framework will be ranked and can be accessed via call-off's for "Packages of Works" in line with the Terms & Conditions of Contract.
The scope of works to be undertaken are of specialist contractor to deliver, repair and maintain electrical installation in all West Dunbartonshire owned or operated buildings, including tenanted houses.
Contractors must be able to provide any legal accreditations, qualifications required to carry out and deliver the scopes of work and services Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor’s Scheme (SIA)
The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order.
two.1.5) Estimated total value
Value excluding VAT: £1,800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45311000 - Electrical wiring and fitting work
- 45310000 - Electrical installation work
- 42992000 - Special-purpose electrical goods
- 45311100 - Electrical wiring work
- 45311200 - Electrical fitting work
- 45317000 - Other electrical installation work
- 50116100 - Electrical-system repair services
- 71314100 - Electrical services
- 35121700 - Alarm systems
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
West Dunbartonshire
two.2.4) Description of the procurement
The scope of works to be undertaken are of specialist contractor to deliver, repair and maintain electrical installation in all West Dunbartonshire owned or operated buildings, including tenanted houses. Contractors must be able to provide any legal accreditations, qualifications required to carry out and deliver the scopes of work and services Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £1,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 2 x 12 month extensions at the councils discretion
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
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
Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than two times the annual value of contract on offer
Minimum level(s) of standards possibly required
Turnover requirement GBP500,000
Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing
Ratio 1 Acid Test –(Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1
Ratio 2 Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage.
Ratio 3 Current Ratio – Current Assets/Liabilities.
To pass this question the Council require the bidder to achieve a score of greater than 1
WDC will use template WD09 - WDC Financial Vetting Questionnaire, it is recommended that candidates review their own ratio scores in advance of submitting their tender.
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 WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected
Insurance. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below:
Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim
Public Liability Insurance = minimum GBP10M each and every claim
three.1.3) Technical and professional ability
List and brief description of selection criteria
Contained within the SPD/Qualification envelope. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the works/services.
Bidders will be required to confirm their average annual manpower for the last two years and the number of managerial staff for the last two years.
Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of works/services applicable to the Lots that they are bidding for.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards possibly required
Relevant experience to carry out the Works/Services the bidder is tendering for.
Appropriate level of manpower, management and equipment to service this Contract.
All Contractors, Sub-Contractors and Site Tradespersons must hold the relevant qualifications and certification.
Where required bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Bidders must detail relevant qualifications and certifications to carry out the work.
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: 10
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
5 August 2022
Local time
12:30pm
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 August 2022
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
The bidder must complete and submit, with their tender response the following additional documents:
WD04 Parent Company Guarantee (If required)
WD05 Non Collusion Certificate
WD07 Certificate for Non-Canvassing
WD08 FOI Declaration
WD09 Financial Vetting
WD16 Police Scotland Check
WD18 Declaration Page
WD19 Social Benefits
Social benefits are included in this requirement. A summary of the expected social benefits has been provided.
The above mentioned documents are provided with the tender documents and can be located within a folder entitled “WD Documents” uploaded into the Attachment Area of the Master ITT.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21667. 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:
A summary of the expected community benefits has been provided as follows:
WD 19 Social Benefit Questionnaire is attached to the Tender Documents to be completed within PCS-T
(SC Ref:697690)
six.4) Procedures for review
six.4.1) Review body
Dumbarton Sheriff Court and Justice of the Peace Court
Sheriff Court House, Church Street
Dunbarton
G82 1QR
Country
United Kingdom