Tender

RAAC works to Domestic Properties in West Lothian

  • West Lothian Council

F02: Contract notice

Notice identifier: 2024/S 000-034909

Procurement identifier (OCID): ocds-h6vhtk-049d7a

Published 28 October 2024, 4:08pm



The closing date and time has been changed to:

6 December 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Contact

Catriona Peden

Email

Catriona.Peden@westlothian.gov.uk

Telephone

+44 1506283312

Fax

+44 1506281325

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

http://www.westlothian.gov.uk

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

RAAC works to Domestic Properties in West Lothian

two.1.2) Main CPV code

  • 45211000 - Construction work for multi-dwelling buildings and individual houses

two.1.3) Type of contract

Works

two.1.4) Short description

RAAC works to Domestic Properties in West Lothian

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44112400 - Roof
  • 45260000 - Roof works and other special trade construction works
  • 45261900 - Roof repair and maintenance work

two.2.3) Place of performance

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

Bathgate, Broxburn, Linlithgow Bridge, and Livingston aras of West Lothian

two.2.4) Description of the procurement

On 17th April 2023 The Institution of Structural Engineers published the Document “Reinforced Autoclaved Aerated Concrete (RAAC) Investigation and Assessment – Further Guidance” which amongst other things, altered the recommended minimum end bearing for RAAC Roof Panels from the previous standard of 45mm to the new standard of 75mm.

Following a structural survey, the presence of RAAC was identified at a number of domestic properties, both common entrance flats and low-rise properties. As such a programme of works is being developed to replace all RAAC roof panels in WLC owned domestic properties.

This contract will target properties in selected streets in the Bathgate, Broxburn, Linlithgow, and Livingston areas of West Lothian. The streets containing the houses in question are a mixture of West Lothian Council owned houses, houses owned by other Registered Social Landlords, as well as privately owned and/or rented houses. All the houses are ex local authority or Development Corporation houses. In the majority

two.2.5) Award criteria

Quality criterion - Name: Workload and Team / Weighting: 5

Quality criterion - Name: Experience of removal / Weighting: 7.5

Quality criterion - Name: Working in Live Tenanted Environment / Weighting: 7.5

Quality criterion - Name: Programme of Works / Weighting: 12.5

Quality criterion - Name: Method Statement / Weighting: 12.5

Quality criterion - Name: Fair Work First / Weighting: 2

Quality criterion - Name: Community Benefits / Weighting: 3

Price - Weighting: 50

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

Duration in months

36

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

two.2.14) Additional information

Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.


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

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 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, 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 50) 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

Professional Risk Indemnity: 2m GBP

Employer's (Compulsory) Liability: 10m GBP

Public Liability: 5m GBP

Other Insurance:

Contractors All Risks Insurance 100K GBP

Valid Motor Vehicle Insurance

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-030546

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

Originally published as:

Date

27 November 2024

Local time

12:00pm

Changed to:

Date

6 December 2024

Local time

12:00pm

See the change notice.

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

English

four.2.6) 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

27 November 2024

Local time

12:00pm

Place

On PCS-Tender

Information about authorised persons and opening procedure

WLC CPU staff on PCS Tender


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

Housing Stock Profile

The properties in all the areas in appear to be constructed in approximately late 1960 - early 1970’s with a traditional cavity wall built in. While this information is correct to the best of our records, as a minimum a survey of each architype should be carried out prior to works starting to ensure full details are assessed and understood. These properties have been constructed with RAAC planks over the entire roof of the properties or on a section of flat roof with the remainder of the roof being mono pitch. A number of properties in Bathgate have RAAC Panels over the entrance porch and a further number have RAAC forming the roof of the integrated garage

As a minimum Asbestos Surveys will be provided for each of the property architypes, the Contractor will be responsible for removal & disposal any asbestos that may be disturbed or affected by the work.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27429. 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:

Please Note: Community Benefits will be evaluated for this procurement procedure and will form 3% of the overall award criteria. For further procurement information visit the link below. West Lothian Council - Community Benefits in Procurement

(SC Ref:780994)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court

West Lothian Civic Centre

Livingston

EH54 6FF

Country

United Kingdom