Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
UK
Contact person: Ellie Street
Telephone: +44 1389737000
E-mail: corporate.procurement@west-dunbarton.gov.uk
NUTS: UKM81
Internet address(es)
Main address: http://www.west-dunbarton.gov.uk/business/suppliers/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
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
Provision of Digital TV Maintenance Services
Reference number: 2425-48
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
West Dunbartonshire Council (the Council) is committed to delivering a high-quality repairs and maintenance service together with delivering capital projects, which ensures that all its housing, operational and non-operational properties are well maintained at a reasonable cost, providing value for money, are sustainable and are kept in a good and safe state of repair. This also ensures that the Council are extending the useful life of an asset and increase the market value of the Council’s assets.
Renewal of the existing contract for the provision of Digital TV Maintenance Services, to attend to faults and repair existing systems and replacement were deemed appropriate.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32270000
32324600
92224000
II.2.3) Place of performance
NUTS code:
UKM81
Main site or place of performance:
West Dunbartonshire area.
II.2.4) Description of the procurement
West Dunbartonshire Council (the Council) is committed to delivering a high-quality repairs and maintenance service together with delivering capital projects, which ensures that all its housing, operational and non-operational properties are well maintained at a reasonable cost, providing value for money, are sustainable and are kept in a good and safe state of repair. This also ensures that the Council are extending the useful life of an asset and increase the market value of the Council’s assets.
Renewal of the existing contract for the provision of Digital TV Maintenance Services, to attend to faults and repair existing systems and replacement were deemed appropriate.
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Delivery/Methodology
/ Weighting: 13.5
Quality criterion: Contract Monitoring and Management
/ Weighting: 6
Quality criterion: Staffing Project Team Structure
/ Weighting: 4.5
Quality criterion: Business Continuity
/ Weighting: 1.5
Quality criterion: Additional Social Benefits
/ Weighting: 4.5
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Extension of 2 x 12 months subject to the Council's digression.
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:
No
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:
With reference to SPD questions:
4B.1.1 & 4B. 1.2 Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than two times the annual contract value of contract on offer est. 250,000 GBP, therefore a turnover of 500,000 GBP is required.
Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing.
- (Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1.
- (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage.
- (Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.
WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. 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 WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected.
Minimum level(s) of standards required:
Insurance
Q4B.5.1 –It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below:
- Employers Liability Insurance - 10 million GBP each and every claim
Q4B5.2
- Public and Product Liability Insurance - 10 million GBP each and every claim
- Professional Indemnity Insurance - 5 million GBP each and every claim
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
With reference to SPD question 4C.1, bidders will be required to provide 3 examples that demonstrate that they have the relevant experience and capacity of similar project types
III.2) Conditions related to the contract
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:
30/06/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
30/06/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29253. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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 social benefit questionnaire must be completed and submitted as part of the tender response.
(SC Ref:799957)
VI.4) Procedures for review
VI.4.1) Review body
Dumbarton Sheriff Court and Justice of Peace Court
Sheriff Court House, Church Street
Dumbarton
G82 1QL
UK
VI.5) Date of dispatch of this notice
29/05/2025