Contract notice
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: Catriona Peden
  
            Telephone: +44 1506283312
  
            E-mail: Catriona.Peden@westlothian.gov.uk
  
            Fax: +44 1506281325
  
            NUTS: UKM78
  Internet address(es)
  
              Main address: http://www.westlothian.gov.uk
  
              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 Property and void cleaning and environmental works framework
            Reference number: CC14076
  II.1.2) Main CPV code
  90900000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The council require the services of contractors to clean void and occupied properties and safely remove any items such as needles or rubbish left by the tenant. These properties are both domestic and non-domestic
  II.1.5) Estimated total value
  Value excluding VAT: 
			1 200 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    90911000
    90911100
    90911200
    II.2.3) Place of performance
    NUTS code:
    UKM78
Main site or place of performance:
    Buildings within the West Lothian Council area
    II.2.4) Description of the procurement
    The council require the services of a contractor to clean void and occupied properties and safely remove any items such as needles or rubbish left by the tenant.   This will be in both domestic and non-domestic properties.
    Garden and bin store areas may also require work to be done under this framework.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Potential Scenarios
                    / Weighting: 25
    
                    Quality criterion: Quality of Service
                    / Weighting: 5
    
                    Quality criterion: Health & Safety
                    / Weighting: 5
    
                    Quality criterion: Fair Work First
                    / Weighting: 2
    
                    Quality criterion: Community Benefits
                    / Weighting: 3
    
                    Price
                    
                      / Weighting: 
                      60
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                01/07/2025
    
                End:
                30/06/2028
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Allowance for extension of up to a further 12 months
    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:
    Unforeseen items may occur relate to this contract.  These will be discussed with the call off contractor and priced before work commences.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  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 required:
  The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
  Employer's (Compulsory) Liability: 10 million GBP
  Public Liability: 5 million GBP
  Other Insurance:
  Type: Valid Motor Vehicle Insurance
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  KPIs are detailed in the specification
  III.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 IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  The procurement involves the establishment of a framework agreement with several operators.
  
                            Envisaged maximum number of participants to the framework agreement: 5
  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:
              06/05/2025
  
                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:
              06/05/2025
  
              Local time: 12:00
  Place:
  Online on PCS-Tender
  Information about authorised persons and opening procedure:
  CPU Staff Online on PCS-Tender
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
If extension not to be used after 3 years.  If extension used after 4 years
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 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28491. 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.  More information can be found on the council’s website:
-	Community Benefits in Procurement
-	Community Benefits Wishlist
(SC Ref:794066)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Livingston Sheriff Court
    West Lothian Civic Centre
    Livingston
    EH54 6FF
    UK
   
 
VI.5) Date of dispatch of this notice
03/04/2025