Contract for Hire of Welfare Cabins
Hire of Welfare Cabins and Lockable Storage Containers.
United Kingdom-Livingston: Modular and portable buildings
2016/S 114-202262
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
140
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
United Kingdom
Contact person: Catriona Peden
Telephone: +44 1506281814
E-mail: cpu@westlothian.gov.uk
Fax: +44 1506281325
NUTS code: UKM28
Internet address(es):Main address: http://www.westlothian.gov.uk/article/2468/Contract-Opportunities
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
WLC Hire of Welfare Cabins and Lockable Storage Containers.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
3 year contract for hire, delivery and servicing of welfare cabins, lockable storage containers and chemical toilets mainly for building and works sites, but potentially for use by other areas of the council. There will be the possibility to extend contract for a further 2 years.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Within West Lothian Council geographical area.
II.2.4)Description of the procurement:
West Lothian Council seeks a single supplier for the hire of Welfare Cabins and Lockable Storage Containers under a Contract which will be open to all Council divisions for participation.
The period of the Contract shall be 3 years commencing 13.8.2016, with the Council option for a further 2 1-year extension periods. The continuation of the Contract is subject to the agreed Key Performance Indicators being met throughout the period of the Contract.
Typical Annual Spend recently has been around 300 000 GBP but there is no guarantee as to the volume of business to be awarded under this Contract.
The award of a contract shall not obligate the Authority to place any order.
The quantities stated in the tender documents are approximate and provisional and may be used for evaluation purposes only and are not to be held as binding on the Authority in any way.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Allowance for 2 12-month extensions.
II.2.10)Information about variants
II.2.11)Information about options
Pricing for drying cabins included but will not be part of the evaluation as it is recognised not all tenderers may be able to offer this option.
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
With reference to ESPD 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.
III.1.2)Economic and financial standing
With reference to ESPD question 4B.5, it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below.
West Lothian Council will use the Key Note company reporting system to assess the financial stability of tenderers. Tenderers with a Risk Score of 3 (average risk of failure) or above on the system will be deemed to have evidenced satisfactory financial stability. Please note that 3- (minus) will not be considered as having met this criteria. If a tenderer has a Risk Score of 1 or 2, the tenderer may be required to submit their last 3 years accounts.
In the event that the tenderer is not required to publish accounts and therefore does not have a Key Note 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 providing 2 years accounts, these must include financial data over a 3 year period.
It is recommended that candidates review their own credit score in advance of submitting their tender. If following this review tenderers consider that the credit score does not reflect their current financial status, details of this should be able to be provided, complete with evidence of a good high street credit rating 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.
With reference to ESPD question 4B.5:
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP;
Public Liability Insurance = 5 000 000 GBP;
Motor Vehicle Insurance = Valid.
http://www.hse.gov.uk/pubns/hse40.pdf
With reference to ESPD question 4B.6, Tenderers with a Score of 3 or above on the Key Note system will be deemed to have evidenced satisfactory financial stability. Please note that 3- (minus) will not be considered as having met this criteria.
III.1.3)Technical and professional ability
With reference to ESPD question 4C.1.2, bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4) of this Contract Notice or the relevant section of the Site Notice.
With reference to ESPD question 4C.2, bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
With reference to ESPD question 4C.3, bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4) in this Contract Notice or the relevant section of the Site Notice.
With reference to ESPD question 4C.4, bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4) in this Contract Notice or the relevant section of the Site Notice.
With reference to ESPD question 4C.7, bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
With reference to ESPD question 4C.8a, Bidders will be required to confirm their average annual manpower for the last 3 years.
With reference to ESPD question 4C.8b, Bidders will be required to confirm their and the number of managerial staff for the last 3 years.
With reference to ESPD question 4C.9, Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice or the relevant section of the Site Notice.
With reference to ESPD question 4C.10, Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
With reference to ESPD question 4C.11a, Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity:
With reference to ESPD question 4C.11b, The bidder must confirm that they will provide certificates of authenticity where required.
III.2.2)Contract performance conditions:
Key Performance Indicators:
Delivery on-time;
Collection on-time;
Others KPIs to be agreed following contract award.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Initial Contract Length 3 years;
Contract Extension Period 2 x 12 months;
If the full term is reached this will be re-advertised in April 2021.
VI.2)Information about electronic workflows
VI.3)Additional information:
Re: ESPD Q2B, complete information for all company directors, using home address.
Re: ESPD Q4D Bidders must hold the certificates or comply with the questions noted in ESPD 4D attached to:http://www.westlothian.gov.uk/article/11428/Changes-to-Public-Procurement-Rules
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.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visit:https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for Project Code: project_5984 itt_12607 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
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:442584).
VI.4.1)Review body
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
United Kingdom
Telephone: +44 1506281814
Fax: +44 1506281325Internet address:http://www.westlothian.gov.uk/article/2468/Contract-Opportunities
VI.5)Date of dispatch of this notice:
Related Posts
Purchase or Lease of Workshop Machinery
Furniture Hire for Southport Food and Drink Festival