Section one: Contracting authority
one.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
corporate.procurement@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
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
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
Provision of Removals, External Environmental Works & Needle Sweep Services
Reference number
2223-84
two.1.2) Main CPV code
- 90911200 - Building-cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
West Dunbartonshire Council are looking to appoint a suitably qualified supplier to carry out Removals, External Environmental Works & Needle Sweep Services.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
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 are looking to appoint a suitably qualified supplier to carry out Removals, External Environmental Works & Needle Sweep Services.
two.2.5) Award criteria
Quality criterion - Name: Cost / Weighting: 10
Quality criterion - Name: Quality / Weighting: 50
Quality criterion - Name: Service / Weighting: 30
Quality criterion - Name: Social Benefits / Weighting: 10
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.13) 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
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.
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
4B.1,& 4B.2 Turnover - Bidders must demonstrate an annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est. 150,000 GBP, therefore a turnover of minimum 300,000 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, 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 bidder fail, then the tender submission may be rejected.
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 each and every claim
Q4B5.2
- Public and Product Liability Insurance - 10 million GBP each and every claim
- Professional Indemnity Insurance - 5 million GBP each and every claim
Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Discretionary Scored Questions – Shortlisting Qualification Envelope Questions
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)
Tenders received will be subject to assessment, clarification and ranking by means of a structured process in accordance with this Council’s Standing Orders Relating to Contracts, in order to determine the Tender that is the Most Economically Advantageous to the Council
Technical Envelope:
Within this section Tenderers are required to confirm compliance with the Terms and Conditions of Contract, failure to comply with these may result in the Tender Submission not being considered further.
Within this section Tenderers are required to confirm compliance with the Specification/ Scope, failure to comply with these may result in the Tender Submission not being considered further.
The Technical Envelope contains several elements that will be required to be completed by Tenderers in order to be scored. The associated weighting for this overall section is 40%
With reference to SPD question 4C.1, bidders will be required to provide a minimum of 3 examples that demonstrate that they have experience in carrying out the works as set out in the tender, or work of a very similar nature. This should be recorded on the instructional attachment within the question and re-uploaded to the question.
The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, candidates should ensure that companies listed would be willing to discuss the candidates performance with the Council.
Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of 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
Originally published as:
Date
18 September 2023
Local time
12:00pm
Changed to:
Date
22 September 2023
Local time
12:00pm
See the change notice.
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.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24876. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:742079)
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
Country
United Kingdom