Contract Notice (below OJEU threshold)
Section I: Contracting authority
I.1) Name and addresses
West Lothian Council
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
UK
Contact person: Shona Dunsmore
Telephone: +44 1506281814
E-mail:
Fax: +44 1506281325
NUTS: UKM78

If you want help with winning this tender, then take a look at our Tender Writing page.

Internet address(es)
Main address: http://www.westlothian.gov.uk/article/2468/Contract-Opportunities
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
I.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 abovementioned address

Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/

I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
WLC CC11670 – TMC for Passenger & Disabled Lifts; Installation, Repair and Servicing
Reference number: CC11670
II.1.2) Main CPV code
45000000

II.1.3) Type of contract
Works
II.1.4) Short description
West Lothian Council seek to appoint a suitably experienced and qualified contractor to carry out full comprehensive, preventative and planned maintenance inspection, repair or replacement, inclusive of emergency call out, diagnosis repair/ replacement of parts for passenger and disabled lifts. The contract will include preparatory work for all passenger lift installations to make ready for the full comprehensive maintenance service.
Contractors tendering for these works must be a member of Lift & Escalator Industry Association (LEIA) or equivalent.
This contract will be evaluated on a 70% Price / 30% Quality ratio.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_20446 itt_42678. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
II.1.5) Estimated total value
Value excluding VAT: 1 000 000.00  GBP
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
42416100
50000000
50712000
50700000
50750000
45000000
II.2.3) Place of performance
NUTS code:
UKM78

Main site or place of performance:
Within the geographical area of West Lothian Council
II.2.4) Description of the procurement
West Lothian Council seek to appoint a suitably experienced and qualified contractor to carry out full
comprehensive, preventative and planned maintenance inspection, repair or replacement, inclusive of
emergency call out, diagnosis repair/ replacement of parts for passenger and disabled lifts. The contract will
include preparatory work for all passenger lift installations to make ready for the full comprehensive
maintenance service.
Contractors tendering for these works must be a member of Lift & Escalator Industry Association (LEIA) or equivalent.
The successful contractor will be required to use the Suppliers Portal part of WLC’s Concerto Asset Management system.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Skills / Weighting: 10
Quality criterion: Works Management / Weighting: 10
Quality criterion: Asbestos / Weighting: 8
Quality criterion: Workforce Matters / Weighting: 2
Price / Weighting:  70
II.2.6) Estimated value
Value excluding VAT: 1 000 000.00  GBP
II.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:
There will be an option to extend for up to a further 24 months. If extension used, then re-tender after 5 years. If extension not used, then
re-tender after 3 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options:
Council properties list may alter as properties may be added or removed during the course of the contract.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
Re: SPD Q3D.1, 3D.2 & 3D.3 Bidders to answer these on Environmental, social & labour law in relation to compliance with regulations
covering Scotland & UK.
Police Scotland will be consulted with regards to Serious & Organised Crime checks. Any links to this type of activity may cause your
tender to be rejected. Re: ESPD Q2B, complete information for all company directors, using home address.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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.
Contractors tendering for these works must be a member of Lift & Escalator Industry Association (LEIA) or equivalent.
III.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 required:
Insurances Required
Employers Liability 10,000,000 GBP
Public Liability 5,000,000 GBP
Professional Indemnity- 2,000,000 GBP
Other Insurances:
Valid Motor Vehicle Insurance
III.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 required:
Contractors tendering for these works must be a member of Lift & Escalator Industry Association (LEIA) or equivalent.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed within the tender documents on PCS-Tender
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/03/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date: 08/03/2022
Local time: 12:00
Place:
Electronically online via PCS-Tender.
Information about authorised persons and opening procedure:
Corporate Procurement Unit staff
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published:
In 5 years (2027) if extension period utilised or in 3 years (2025) if extension period not utilised.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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 PQQ exercise. The Project code is 20446. 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:
The Community Benefits proposals provided by suppliers will not form part of the contract award criteria and will not be evaluated when determining the winning tender, but will require to be delivered as part of the contract.
(SC Ref:676710)
VI.4) Procedures for review
VI.4.1) Review body
Livingston Sheriff Court
Howden South Road
Livingston
EH54 6FF
UK
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/livingston-sheriff-court-and-justice-of-the-peace-court
VI.5) Date of dispatch of this notice
10/02/2022

Leave a Reply