web-banner-marketing2

Market Leads & Opportunities

Supply & Delivery of Kitchen Worktops

Type of document: Contract Notice
Country: United Kingdom

Notice Type: SUPPLIES
Section I: Authority Details
1.1 Authority Name and Address:
West Dunbartonshire Council, Gillian Ford, Garshake Road, , G82 3PU, Dumbarton, UK. Tel: +44 1389737000. Internet Address(URL):
1.2 Address from which documentation may be obtained:
West Dunbartonshire Council, , Garshake Road, , G82 3PU, Dumbarton, UK. Tel: +44 1389737000. Internet Address(URL):
1.3 Completed Documents must be returned to:
West Dunbartonshire Council, , Garshake Road, , G82 3PU, Dumbarton, UK. Tel: +44 1389737000. Internet Address(URL):
Section II: Contract Details
2.1 Title: Supply & Delivery of Kitchen Worktops
2.2 Description of the goods or services required: West Dunbartonshire Council seek to contract for the supply and delivery of kitchen worktops to stores within Dumbarton and Clydebank area, for an initial period of 2 years with options to extend for 2 further 12 month periodsThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is itt_16109 – Kitchen Worktops. For more information see:
2.3 Notice coding and classification:
a) Commodity codes:
101900- Kitchens.
b) Delivery Location/Area:
150- Glasgow & Strathclyde.
2.4 Total quantity or scope of tender:
Section IV: Administrative Information
4.1 Type of procedure: Single stage – Any candidate may submit a tender
4.2 Reference number attributed to the notice by the contracting authority: 1617-81
4.3 Time limits:
a)Time limit for receipt of completed tenders: 12/01/2017 Time 12:00
c)Estimated award date: 15/02/2017
4.5 Language in which tenders or requests to participate can be drawn up: EN
Section V: Other Information
5.1 Additional InformationAdditional InformationBidders are required to complete and upload the below documents (all found in the attachment area on PCST) at the Request for Documentation stage on PCS-T.1. WD01 Evaluation of Tenders, Selection & Award Criteria2. WD04 Parent Company Guarantee3. WD07 Certificate of Non- Canvassing4. WD08 FOI Declaration5. WD09 WDC Financial Vetting Questionnaire6. WD15 Police Scotland ChecksThe above constitutes tender selection criteria. Failure to respond at the request for documentation stage will result in exclusion from the tender.Minimum Requirements to Pass Stage One Selection ProcessMinimum Requirements to Pass Stage One Selection ProcessQ4B.1.2 – Bidders are required to have an (“general”) yearly turnover of a minimum of 160,000GBP for the last two years.Q4B.2.2 – Bidders will be required to have an (“general”) yearly turnover if a minimum of 160,000GBP in the business area covered by the contract for the last two years.Q4B.4 –Within WD09 bidders will be required to provide information for the following ratios:Ratio How it is calculated Minimum Score to PassAcid Test (Current Assets – stock) / Current LiabilitiesCurrent Ratio Current Assets / Current LiabilitiesReturn on Capital % Profit / Capital EmployedQ4B.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 insurance levels listed below.• Employers Liability Insurance – £10million• Public and Product Liability Insurance – £5million each• Professional Indemnity Insurance – £5millionA certificate confirming this should be attached at the Request for Documentation stage on PCS-T.Q4C.1 – Q4C.12 Discretionary (Scored) Pass/Fail Questions –These questions will be scored in line with the “Evaluation Methodology” detailed in WD01. However a minimum “Pass” threshold of “2 Acceptable” (50%) must be achieved or the tenderer will be deemed to have failed to meet the Councils requirements and therefore won’t progress to Stage 2 – “Award Criteria” (Technical & Commercial Envelopes).Q4C.1 –Bidders will be required to provide examples of works carried out in the past five years that demonstrate they have experience in carryin gout the works set out in the tender or work of a very similar natureQ4D.1 Mandatory Pass/Fail Question –The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.ORA – The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.Note – Organisations with fewer than five employees are not required by law to have a documented policy statement.B – A documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement.C – A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance. This must demonstrate evidence of how the bidder’s organisation obtains access to competent Health and Safety advice.D – Documented arrangements for providing the bidder’s workforce with training and information appropriate to the type of work of which the organisation is likely to bid. This must provide evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge the various duties. This will provide details of staff health and safety training arrangements and how relevant information is communicated to staff. This must also include a description of arrangements for keeping the workforce updated on legislation and good H&S practice applicable throughout the organisation.E – A documented procedure describing what H&S or other relevant qualifications and experience the bidder’s workforce has, in order to implement the H&S policy to a standard appropriate for the work for which the organisation is likely to bid. This must demonstrate that the workforce possesses suitable qualifications and experience for the tasks assigned to them, unless there are specific situations where they need to work under controlled and competent supervision, e.g. trainees.F – Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. This must demonstrate that the bidder’s organisation has in place, and implements, a system of monitoring H&S procedures on an ongoing basis and for periodically reviewing and updating that system as necessary.G – Documented arrangements for involving the bidders workforce in the planning and implementation of H&S measures. This must demonstrate that the bidder has in place, and implements, a means of consulting its workforce on H&S matters and show how workforce comments, including complaints, are taken into account.H – Documented procedures for recording accidents/incidents and undertaking follow-up action. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years. It must demonstrate a system for reviewing significant incidents, and recording action taken as a result including action taken in response to enforcement.I – Documented arrangements for ensuring that the bidder’s suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. This must demonstrate that the bidder’s organisation has, and implements, arrangements for monitoring suppliers’ H&S procedures, and for ensuring that H&S performance appropriate for the work undertaken is delivered throughout the whole of your organisation’s supply chain.J – Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. This must demonstrate that the bidder has in place, and implements, procedures for carrying out risk assessments and for developing and implementing safe systems of work (“method statements”), and be able to provide relevant indicative examples. The identification and control of any significant occupational health issues must be prominent.Note – Organisations with fewer than five employees are not required by law to record risk assessments.K – Documented arrangements for co-operating and co-ordinating the bidder’s work with other suppliers. This must provide an explanation of how co-operation and co-ordinating of the work is achieved in practice, and how other organisations are involved in drawing up method statements/safe systems of work etc. including arrangements for response to emergency situations. This must include details of how comments and input from your suppliers will be taken into account and how external comments including any complaints, will be responded to.L – You must meet any health and safety requirements placed upon you by law.(SC Ref:467252)
5.2 Additional Documentation

5.3 Publication date of this notice: 15/12/2016