Notice Information
Notice Title
Provision of Vending Machines - Lease & Maintenance
Notice Description
West Dunbartonshire Council are seeking to appoint a suitably qualified contractor who is competent and capable to deliver, install various ranges of brand new vending machines including maintenance contracts and additional services to support the requirements of West Dunbartonshire Council.
Lot Information
Lot 1
West Dunbartonshire Council (WDC) are seeking to appoint a suitably qualified contractor who is competent and capable to deliver & install various ranges of brand new vending machines across WDC. The requirement is for leased vending machines within secondary schools, the machines should be vend banked for appearance, security and stability. Maintenance cover will also be required.
Renewal: Includes up-to 2 x 12 month extensions
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000549427
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG327501
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
42 - Industrial machinery
-
- CPV Codes
42933000 - Vending machines
Notice Value(s)
- Tender Value
- £150,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Aug 20187 years ago
- Submission Deadline
- 6 Sep 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- 3 - 5 years
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST DUNBARTONSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- aileen.toland@west-dunbarton.gov.uk
- Contact Phone
- +44 1389737000
Buyer Location
- Locality
- DUMBARTON
- Postcode
- G82 1QL
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM31 East Dunbartonshire and West Dunbartonshire
- Delivery Location
- TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond
-
- Local Authority
- West Dunbartonshire
- Electoral Ward
- Dumbarton
- Westminster Constituency
- West Dunbartonshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG327501
Provision of Vending Machines - Lease & Maintenance - West Dunbartonshire Council are seeking to appoint a suitably qualified contractor who is competent and capable to deliver, install various ranges of brand new vending machines including maintenance contracts and additional services to support the requirements of West Dunbartonshire Council.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000549427-2018-08-08T00:00:00Z",
"date": "2018-08-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000549427",
"initiationType": "tender",
"parties": [
{
"id": "org-43",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "aileen.toland@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.west-dunbarton.gov.uk"
}
}
],
"buyer": {
"name": "West Dunbartonshire Council",
"id": "org-43"
},
"tender": {
"id": "1819-39",
"title": "Provision of Vending Machines - Lease & Maintenance",
"description": "West Dunbartonshire Council are seeking to appoint a suitably qualified contractor who is competent and capable to deliver, install various ranges of brand new vending machines including maintenance contracts and additional services to support the requirements of West Dunbartonshire Council.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "42933000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across 5 High Schools within the West Dunbartonshire Council"
},
"deliveryAddresses": [
{
"region": "UKM81"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 150000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-09-06T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-09-06T12:00:00Z"
},
"documents": [
{
"id": "AUG327501",
"documentType": "contractNotice",
"title": "Provision of Vending Machines - Lease & Maintenance",
"description": "West Dunbartonshire Council are seeking to appoint a suitably qualified contractor who is competent and capable to deliver, install various ranges of brand new vending machines including maintenance contracts and additional services to support the requirements of West Dunbartonshire Council.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG327501",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "West Dunbartonshire Council (WDC) are seeking to appoint a suitably qualified contractor who is competent and capable to deliver & install various ranges of brand new vending machines across WDC. The requirement is for leased vending machines within secondary schools, the machines should be vend banked for appearance, security and stability. Maintenance cover will also be required.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Includes up-to 2 x 12 month extensions"
}
}
],
"bidOpening": {
"date": "2018-09-06T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Tenders should be a member of the AVA (Automatic Vending Association) or equivalent."
},
{
"type": "economic",
"description": "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.Tenders should be a member of the AVA (Automatic Vending Association) OR equivalent.",
"minimum": "Minimum level(s) of standards required: With reference to European Single Procurement Document (ESPD) questions: 4B.1,& 4B.2 Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est.30,000 GBP, therefore a turnover of 60,000 GBP is required 4B.4 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. 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 Q4B5.2 - Public and Product Liability Insurance - 5 million GBP each - Professional Indemnity Insurance 5 million GBP each services as described in part II.2.4 of this Contract Notice and as detailed in the Specification."
},
{
"type": "technical",
"description": "Minimum level(s) of standards required: These question will be scored in line with \"Evaluation Methodology\" as detailed in WD01 however a minimum \"pass\" threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Councils requirements and therefore will not progress to stage 2 \"award criteria (Technical & Commercial envelopes) With reference to ESPD question 4C.1 bidders will be required to provide 2 examples in the last 5 years or similar value, that demonstrate that they have the relevant experience and capacity to deliver the requirement as per specification. Also 4.C.11 bidders will required to supply the required samples, descriptions, or photographs of the vending machines which has been offered.",
"minimum": "Quality Assurance Schemes and Environmental Management Standards: The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery; this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "42933000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "3 - 5 years"
}
},
"language": "EN",
"description": "The document entitled \"Supplier Certificates & additional Selection Criteria\" are all found in the general attachments area of PCS-T and should be completed and presented at the \"Request for Documentation\" stage on PCS-T. - WD04 Parent Company Guarantee (Only if Required) - WD05 Non Collusion Certificate - WD06 Health & Safety Questionnaire Reform (Only if Required) - WD07 Certificate of Non-Canvassing - WD08 FOI Declaration - WD09 WDC Financial Vetting Questionnaire - WD15 Police Scotland Checks - Declaration Page - Insurance documents - Evidence of your company's insurance certificates detailing the required level of insurance as per levels stated within the Invitation to Tender documents uploaded within the general attachments area. The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender. With reference to information sharing with Police Scotland bidders are will be required to confirm acceptance to sharing company director's details at preferred bidder's status. Minimum requirements to pass the qualification envelope, exclusion & selection criteria Discretionary Scored Questions - Shortlisting Qualification Envelope Questions These questions will be scored in line with the \"Evaluation Methodology\" detailed in WD01. Tenders received will be subject to assessment, clarification and ranking by means of a structured process in accordance with this Council's Standing Orders relating to Contracts, in order to determine the Tender that is the Most Economically Advantageous to the Council. Technical Envelope: Within this section Tenderers are required to confirm compliance with the Terms & Conditions of the contract, failure to comply with these may result in the Tender Submission not being considered further. Also within this section Tenderers are required to confirm compliance with the Specification, failure to comply with these may result in the Tender Submission not being considered further. The Technical Envelope contains several elements that will be required to be completed by Tenderer's in order to be scored. The associated weighting for this overall section is 30%. The commercial envelope - Appendix 2 Pricing Schedule has an overall weighting of 70%. Tenderer's will also be asked to complete some questions with regards to work force matters, please note that these questions will not form part of the award criteria. The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, candidates should ensure that companies listed would be willing to discuss the candidates performance with the Council. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is Project_11559. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11559. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Tenderer's are requested to offer Community Benefits within the technical envelope responses. If accepted by the council they will consider these to be a contractual requirement. Community Benefits will be scored within the technical envelope. (SC Ref:549427)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000549427"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}