Opportunity

Supply and Fit of Environmental Sensors

  • West Dunbartonshire Council

F02: Contract notice

Notice reference: 2023/S 000-024222

Published 17 August 2023, 3:52pm



Section one: Contracting authority

one.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Email

corporate.procurement@west-dunbarton.gov.uk

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

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

Supply and Fit of Environmental Sensors

Reference number

2324-14

two.1.2) Main CPV code

  • 35125100 - Sensors

two.1.3) Type of contract

Supplies

two.1.4) Short description

West Dunbartonshire Council (the Council) wishes to install environmental sensors in our homes to provide the Council, and crucially also our tenants, with real time information on humidity and air quality in our properties. High levels of humidity is a risk factor for mould and can signify damp meanwhile poor air quality has consequences for health and wellbeing. These sensors will allow the Council to identify problematic properties where we need to take action for example investigating damp or providing tenant with advice.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

two.2.4) Description of the procurement

West Dunbartonshire Council (the Council) wishes to install environmental sensors in our homes to provide the Council, and crucially also our tenants, with real time information on humidity and air quality in our properties. High levels of humidity is a risk factor for mould and can signify damp meanwhile poor air quality has consequences for health and wellbeing. These sensors will allow the Council to identify problematic properties where we need to take action for example investigating damp or providing tenant with advice.

two.2.5) Award criteria

Quality criterion - Name: Cost / Weighting: 5%

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Service / Weighting: 2.5%

Quality criterion - Name: Sustainability / Weighting: 2.5%

Quality criterion - Name: Fair Work First / Weighting: 2.5%

Quality criterion - Name: Social Benefit / Weighting: 2.5%

Price - Weighting: 70

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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


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

Electricians qualified to 18th Edition for works connected to the mains system and use of staff who have already or are willing to undertake (at their own cost if there is one) appropriate training with the supplier of devices to ensure proper setup and installation/ administration of the system.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Minimum level(s) of standards required:

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

With reference to SPD questions:

4B.1,& 4B.2 Turnover - supplier must demonstrate and annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est.2,000,000 GBP, therefore a turnover of 4,000,000 GBP is required

4B.4 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 v1.0, 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

Q4B.5.1 –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.

- Employers Liability Insurance - 10 million GBP

Q4B5.2

- Public and Product Liability Insurance - 10 million GBP each

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD questions 4C.1, 4C2.1, 4C.8.1, 4C.8.2, 4C.10, 4D.1

Minimum level(s) of standards possibly required

Minimum level(s) of standards required:

These question will be scored in line with “Evaluation Methodology” as detailed in WD01 however a minimum “pass” threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Councils requirements and therefore will not progress to stage 2 “award criteria (Technical & Commercial envelopes)

With reference to SPD question 4C.1, bidders will be required to provide 2 examples in the last 5 years or similar value, that demonstrate that they have the relevant experience and capacity to deliver the work as detailed in the description of this Contract Notice and as detailed description of works within the Tender document and Specification uploaded within the general attachments area.

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

18 September 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

18 September 2023

Local time

12:00pm


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 payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24541. 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:

Social Benefits are a key component in maximising social, economic, and environmental benefits. The key principles of including social benefits within contracts are to ensure they are proportionate, deliverable and relevant to that contract. This Contract will set a minimum number of points (80) to receive marks during the social benefits response evaluation.

Please refer to the attachment WD19 Social Benefits in Procurement Questionnaire for Community Benefit requirements regarding this contract.

Tenderers are requested to offer community benefits within the technical envelope (ITT) responses, if accepted by the council they will be a contractual requirement.

(SC Ref:741947)

six.4) Procedures for review

six.4.1) Review body

Dumbarton Sheriff Court and Justice of the Peace Court

Sheriff Court House, Church Street

Dumbarton

G82 1QR

Country

United Kingdom