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: Gordon Ferguson
  
            Telephone: +44 1506281814
  
            E-mail: gordon.ferguson@westlothian.gov.uk
  
            Fax: +44 1506281325
  
            NUTS: UKM78
  Internet address(es)
  
              Main address: http://www.publiccontractsscotland.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
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/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
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
Monitoring of Cathodic Protection Systems
            Reference number: CC14119
  II.1.2) Main CPV code
  71631450
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Monitoring of Cathodic Protection Systems
  II.1.5) Estimated total value
  Value excluding VAT: 
			245 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    71631450
    II.2.3) Place of performance
    NUTS code:
    UKM78
Main site or place of performance:
    Various - West Lothian Area
    II.2.4) Description of the procurement
    Open Tender Process
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Works
                    / Weighting: 6
    
                    Quality criterion: Training
                    / Weighting: 4
    
                    Quality criterion: Software
                    / Weighting: 5
    
                    Quality criterion: Fair Work First
                    / Weighting: 2
    
                    Quality criterion: Community Benefits
                    / Weighting: 3
    
                    Price
                    
                      / Weighting: 
                      80
    II.2.6) Estimated value
    Value excluding VAT: 
			245 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    2x 12-month optional extensions
    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.2.12) Information about electronic catalogues
    Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
    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
    All additional info available on PCS-T
   
 
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:
  Further information available on PCS-T
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  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 required:
  Insurance levels:
  Employers liability 10,000,000 GBP
  Public liability 5,000,000 GBP
  Valid motor vehicle insurance
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Further info available in ITT document on PCS-T
Minimum level(s) of standards required:
  Further info available in ITT document on PCS-T
 
III.2) Conditions related to the contract
  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.1.8) 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:
              07/07/2025
  
                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: 60 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              07/07/2025
  
              Local time: 12:00
  Place:
  PSC-T
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
If full contract is used, the contract will be in place for 5 years with an option to extend up to 24 months. Therefore anticipated date for retender is June 2032.
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
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.
Re: SPD 2B, complete information for all company directors, using home address.
There is a requirement for the winning supplier to sign a data sharing agreement.
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 ITT exercise. The Project code is 29412. 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 proposals will form part of the award criteria and will be evaluated and will be contractual obligations.  For further procurement information visit the link below.  West Lothian Council - Community Benefits in Procurement
(SC Ref:800800)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Livingston Sheriff Court
    West Lothian Civic Centre, Howden South Road, West Lothian
    Livingston
    EH54 6FF
    UK
    
            Telephone: +44 1506402400
   
 
VI.5) Date of dispatch of this notice
05/06/2025