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
Catriona.Peden@westlothian.gov.uk
Telephone
+44 1506283312
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.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