Section one: Contracting authority
one.1) Name and addresses
West Lothian Council
Howden South Road
Livingston
EH54 6FF
Contact
Shona Dunsmore
shona.dunsmore@westlothian.gov.uk
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.1) Name and addresses
East Lothian Council
John Muir House
Haddington, East Lothian
EH41 3HA
procurement@eastlothian.gov.uk
Telephone
+44 1620827827
Country
United Kingdom
NUTS code
UKM73 - East Lothian and Midlothian
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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 & ELC - Supply and Delivery of Glass and Glazing
Reference number
CC11567
two.1.2) Main CPV code
- 44221000 - Windows, doors and related items
two.1.3) Type of contract
Supplies
two.1.4) Short description
West Lothian Council and East Lothian Council wish to source a supplier(s) to supply and delivery Glass and Glazing Accessories to West Lothian and East Lothian Regions. The Tender will be split into the following lots:-
Lot 1 - Adhesives
Lot 2 - Putty / Accessories
Lot 3 - Glazing
two.1.5) Estimated total value
Value excluding VAT: £280,000
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
Lot 1 Adhesives
Lot No
1
two.2.2) Additional CPV code(s)
- 24911200 - Adhesives
two.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
- UKM73 - East Lothian and Midlothian
Main site or place of performance
Geographical areas of West Lothian Council and East Lothian Council
two.2.4) Description of the procurement
West Lothian Council and East Lothian Council wish to sources a supplier(s) to Supply and Deliver Glass and Glazing to West Lothian and East Lothian Regions. The tender will be split into the following:-
Lot 1 - Adhesives
Lot 2 - Putty / Accessories
Lot 3 - Glazing
two.2.5) Award criteria
Quality criterion - Name: Emergency Delivery - Non Double Glazed Units / Weighting: 10
Quality criterion - Name: Next Day Delivery - Non Glazing Units / Weighting: 6
Quality criterion - Name: Single Glazing - Delivery / Weighting: 6
Quality criterion - Name: Toughened Glass - Delivery / Weighting: 6
Quality criterion - Name: Double Glazing - Delivery / Weighting: 5
Quality criterion - Name: Delivery of Special Glass / Weighting: 5
Quality criterion - Name: Workforce Matters / Weighting: 2
Price - Weighting: 60
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
Allowance for up to 24 months extension.
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) Description
two.2.1) Title
Lot 2 Putty / Accessories
Lot No
2
two.2.2) Additional CPV code(s)
- 44831300 - Putty
two.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
- UKM73 - East Lothian and Midlothian
Main site or place of performance
Geographical areas of West Lothian Council and East Lothian Council
two.2.4) Description of the procurement
West Lothian Council and East Lothian Council wish to sources a supplier(s) to supply and deliver putty / accessories to West Lothian and East Lothian Regions
two.2.5) Award criteria
Quality criterion - Name: Emergency Delivery - Non Double Glazed Units / Weighting: 10
Quality criterion - Name: Next Day Delivery - Non Glazing Units / Weighting: 6
Quality criterion - Name: Single Glazing - Delivery / Weighting: 6
Quality criterion - Name: Toughened Glass - Delivery / Weighting: 6
Quality criterion - Name: Double Glazing - Delivery / Weighting: 5
Quality criterion - Name: Delivery of Special Glass / Weighting: 5
Quality criterion - Name: Workforce Matters / Weighting: 2
Price - Weighting: 60
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
Allowance for up to 24 months extension.
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) Description
two.2.1) Title
WLC & ELC - Lot 3 Glazing
Lot No
3
two.2.2) Additional CPV code(s)
- 45441000 - Glazing work
two.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
- UKM73 - East Lothian and Midlothian
Main site or place of performance
Geographical areas of West Lothian Council and East Lothian Council
two.2.4) Description of the procurement
West Lothian Council and East Lothian Council wish to source a supplier(s) to supply and deliver Glazing to West Lothian and East Lothian Regions.
two.2.5) Award criteria
Quality criterion - Name: Emergency Delivery - Non Double Glazed Units / Weighting: 10
Quality criterion - Name: Next Day Delivery - Non Glazing Units / Weighting: 6
Quality criterion - Name: Single Glazing - Delivery / Weighting: 6
Quality criterion - Name: Toughened Glass - Delivery / Weighting: 6
Quality criterion - Name: Double Glazing - Delivery / Weighting: 5
Quality criterion - Name: Delivery of Special Glass / Weighting: 5
Quality criterion - Name: Workforce Matters / Weighting: 2
Price - Weighting: 60
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
Allowances for extension of up to 24 months
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
With reference to SPD question 4A.1; 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
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 35 or above on the DBAi system will be deemed to have evidenced satisfactory
financial stability. Please note that 35- (minus) 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 ESPD question 4B.5 West Lothian Council request the following insurances as a minimum
Employer's Liability Insurance = 10M GBP
Public Liability Insurance = 5M GBP
Product Liability Insurance = 5M 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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators:
> Delivery on time
> Others KPIs to be agreed following contract award
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.2.1) Previous publication concerning this procedure
Notice number: 2016/S 193-347148
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 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
24 January 2022
Local time
12:00pm
Place
Public Contract Scotland-Tender portal
Information about authorised persons and opening procedure
Corporate Procurement Staff via PCS-T
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Re-tender will be 2024 if no extension used, or 2025/26 if extensions utilised.
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 41959. 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:668737)
six.4) Procedures for review
six.4.1) Review body
Livingston Sheriff Court
Howden South Road
Livingston
EH54 6FF
shona.dunsmore@westlothian.gov.uk
Country
United Kingdom