Opportunity

WLC Trades Contractors Framework

  • West Lothian Council

F02: Contract notice

Notice reference: 2021/S 000-031178

Published 15 December 2021, 8:54am



Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Email

shona.dunsmore@westlothian.gov.uk

Telephone

+44 1506281814

Fax

+44 1506281325

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

http://www.westlothian.gov.uk/article/2468/Contract-Opportunities

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

WLC Trades Contractors Framework

Reference number

CC11314

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

WLC wish to set up a framework for trades contractors to supplement their Property & Building Service departments. This framework will be split into 15 individual trade lots and 1 multi trade lot. Tenders may be submitted for individual or all lots.

Estimated values of works are based on the full 4 year framework and value of works are not guaranteed.

two.1.5) Estimated total value

Value excluding VAT: £52,452,000

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

WLC Lot 2 - Minor Civils

Lot No

2

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical are of West Lothian Council

two.2.4) Description of the procurement

Framework of Minor Civils Works contractors for small works, maintenance and reactive repairs to include excavation / foundation . ramps / paths / kerbing / tarmac / paving.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,520,400

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this works will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 5 - Flooring - including Vinyl / Gym Vinyl and Timber

Lot No

5

two.2.2) Additional CPV code(s)

  • 44112210 - Solid flooring
  • 45432113 - Parquet flooring
  • 45432114 - Wood flooring work
  • 45432100 - Floor laying and covering work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of flooring contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £2,573,600

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 8 - Painter

Lot No

8

two.2.2) Additional CPV code(s)

  • 45440000 - Painting and glazing work
  • 45442100 - Painting work
  • 45442110 - Painting work of buildings
  • 45442120 - Painting and protective-coating work of structures
  • 45442121 - Painting work of structures
  • 45442180 - Repainting work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of Painting and Decorating Contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,954,000

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 9 - Plasterer

Lot No

9

two.2.2) Additional CPV code(s)

  • 45410000 - Plastering work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of Plastering Contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £600,000

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 10 - Plumber

Lot No

10

two.2.2) Additional CPV code(s)

  • 45330000 - Plumbing and sanitary works
  • 45332000 - Plumbing and drain-laying work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of Plumbing Contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,680,000

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 11 - Roofing (all types)

Lot No

11

two.2.2) Additional CPV code(s)

  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45261100 - Roof-framing work
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261215 - Solar panel roof-covering work
  • 45112713 - Landscaping work for roof gardens

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of Roofing Contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £10,450,400

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 12 - Roughcasting

Lot No

12

two.2.2) Additional CPV code(s)

  • 45262600 - Miscellaneous special-trade construction work
  • 45410000 - Plastering work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of Roughcasting Contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £3,680,000

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 13 - Suspended Ceilings

Lot No

13

two.2.2) Additional CPV code(s)

  • 45421146 - Installation of suspended ceilings

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of Suspended Ceilings Contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,434,000

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 14 - Cleaning (Fire / Flood / Needle Sweep / Voids)

Lot No

14

two.2.2) Additional CPV code(s)

  • 45452000 - Exterior cleaning work for buildings
  • 45452100 - Blast cleaning work for building exteriors
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90610000 - Street-cleaning and sweeping services
  • 90611000 - Street-cleaning services
  • 90910000 - Cleaning services
  • 90911100 - Accommodation cleaning services
  • 90911000 - Accommodation, building and window cleaning services
  • 90914000 - Car park cleaning services
  • 90911200 - Building-cleaning services

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of Cleaning Contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £792,000

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 15 - Fencing & Blacksmiths

Lot No

15

two.2.2) Additional CPV code(s)

  • 45340000 - Fencing, railing and safety equipment installation work
  • 34928310 - Safety fencing
  • 44313100 - Wire-mesh fencing
  • 45342000 - Erection of fencing
  • 71550000 - Blacksmith services

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of Fencing & Blacksmiths Contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £2,400,000

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 16 - Multi Trades

Lot No

16

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211340 - Multi-dwelling buildings construction work
  • 45211350 - Multi-functional buildings construction work
  • 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
  • 45214100 - Construction work for kindergarten buildings
  • 45214200 - Construction work for school buildings
  • 45214210 - Primary school construction work
  • 45214220 - Secondary school construction work
  • 45214230 - Special school construction work
  • 45215222 - Civic centre construction work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of Multi Trades Contractors for small works, maintenance and reactive repairs. All trades in the tender document are required.

Suppliers will require all trades for warranties

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £14,156,000

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 7 - Joiner

Lot No

7

two.2.2) Additional CPV code(s)

  • 45420000 - Joinery and carpentry installation work
  • 45421000 - Joinery work
  • 44220000 - Builders' joinery

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of joinery contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £4,308,000

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 6 - Glazing (Supply and Installation)

Lot No

6

two.2.2) Additional CPV code(s)

  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of glazing contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £588,400

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 4 - Tiling - Wall and Floor

Lot No

4

two.2.2) Additional CPV code(s)

  • 45431000 - Tiling work
  • 45431100 - Floor-tiling work
  • 45431200 - Wall-tiling work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of tiling contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £520,000

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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) Description

two.2.1) Title

WLC Lot 3 - Electrician

Lot No

3

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of electrical contractors for small works, maintenance and reactive repairs.

Suppliers will be required to hold the relevant electrical professional certificates.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £4,795,200

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the National Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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

Lot 3 Electrician - current membership of either NICEIC or SELECT or equivalent.

two.2) Description

two.2.1) Title

WLC Lot 1 - Bricklayer (incl. stone mason)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45262500 - Masonry and bricklaying work
  • 45262520 - Bricklaying work
  • 45262521 - Facing brickwork
  • 45262522 - Masonry work

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Properties within the geographical area of West Lothian Council

two.2.4) Description of the procurement

Framework of bricklayer and stone masonry work Contractors for small works, maintenance and reactive repairs.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 7

Quality criterion - Name: Quality of Service / Weighting: 7

Quality criterion - Name: Contract Management / Weighting: 7

Quality criterion - Name: Health & Safety / Weighting: 7

Quality criterion - Name: Workforce Matters / Weighting: 2

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Potential 12 month extension available depending on level of spend and performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It may be required for contractors to carry out works not listed in the national Schedule of Rates in the tender. Prices for this work will be agreed in advance and any applicable rates will be fixed for future requirements.

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

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.

Suppliers who bid for Lot 16 - Multi Trades are required to have all trades for the purpose of warranties.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Re SPD question 4B.6 West Lothian Council will use Dunn 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 34 or less 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

Re SPD question 4B.5 West Lothian Council request the following insurances as a minimum:

Employer's Liability - 10M GBP

Public Liability - 5M GBP

Professional Indemnity - 5M GBP

Contractors All Risks Insurance - 250K 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

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

Lot 3 Electrician - current membership of either NICEIC or SELECT or equivalent.

Two examples are requested that indicate your experience for the lot or lots you are applying for.

If you are applying for more than one lot, then 2 examples per lot are required. One A4 page per example.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

key Performance Indicator Scorecards will be used at the end of each project and contractors monitored on a regular basis on their performance.


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: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Under Public Procurement Regs 72 (a) - To allow additional time / resources to re-procure, the framework may be extended for up to 3 months, only if required after the 4 year period, with an approximate additional spend value of up to 4.4M GBP.

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.2.1) Previous publication concerning this procedure

Notice number: 2017/S 178-363807

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 January 2022

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

21 January 2022

Local time

12:00pm

Place

West Lothian Council, Civic Centre, Livingston

Information about authorised persons and opening procedure

Corporate Procurement Unit via PCS-Tender

To take into account the Christmas period, the Closing Date has been extended over the normal 30 days to 21.01.2022.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: It is anticipated it will be re-tendered at the end of 4 years, if spend levels permits.

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.

Figures noted against lots are indicative only of spend over 4 years.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 40706. 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:

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:667659)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court

Howden South Road

Livingston

EH54 6FF

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/livingston-sheriff-court-and-justice-of-the-peace-court