Notice Information
Notice Title
Provision of public analyst food examiner and analyst services.
Notice Description
West Lothian Council's Environmental Health and Trading Standards Services have a requirement for a suitably experienced and qualified contractor to provide public analyst and food examiner services in West Lothian.
Lot Information
Lot 1
Contract provision is required for purpose of chemical and microbiological testing of food, drink and water samples. This is part of the regulatory function of Environmental Health & Trading Standards service and the Council is legally required to appoint a Public Analyst (Food Safety Act 1990, Food Hygiene (Scotland) Regulations (2006). It is envisaged that the contract will be awarded to a single service provider.
Renewal: The contract may be extended for a period(s) of up to a further 24 months in total
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000643646
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB406685
- 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
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90700000 - Environmental services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Feb 20215 years ago
- Submission Deadline
- 15 Mar 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Apr 2021 - 31 Mar 2024 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST LOTHIAN COUNCIL
- Contact Name
- Tom Henderson
- Contact Email
- tom.henderson@westlothian.gov.uk
- Contact Phone
- +44 1506281814
Buyer Location
- Locality
- LIVINGSTON
- Postcode
- EH54 6FF
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM14 West Lothian
- Delivery Location
- TLM78 West Lothian
-
- Local Authority
- West Lothian
- Electoral Ward
- Livingston South
- Westminster Constituency
- Livingston
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB406685
Provision of public analyst food examiner and analyst services. - West Lothian Council's Environmental Health and Trading Standards Services have a requirement for a suitably experienced and qualified contractor to provide public analyst and food examiner services in West Lothian.
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-r6ebe6-0000643646-2021-02-15T00:00:00Z",
"date": "2021-02-15T00:00:00Z",
"ocid": "ocds-r6ebe6-0000643646",
"initiationType": "tender",
"parties": [
{
"id": "org-99",
"name": "West Lothian Council",
"identifier": {
"legalName": "West Lothian Council"
},
"address": {
"streetAddress": "West Lothian Civic Centre, Howden South Road",
"locality": "Livingston",
"region": "UKM78",
"postalCode": "EH54 6FF"
},
"contactPoint": {
"name": "Tom Henderson",
"email": "tom.henderson@westlothian.gov.uk",
"telephone": "+44 1506281814",
"faxNumber": "+44 1506281325",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "https://www.westlothian.gov.uk/"
}
},
{
"id": "org-100",
"name": "Livingston Sherriff Court",
"identifier": {
"legalName": "Livingston Sherriff Court"
},
"address": {
"streetAddress": "Howden South Road",
"locality": "Livingston",
"postalCode": "EH54 6FF"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "West Lothian Council",
"id": "org-99"
},
"tender": {
"id": "CC10593",
"title": "Provision of public analyst food examiner and analyst services.",
"description": "West Lothian Council's Environmental Health and Trading Standards Services have a requirement for a suitably experienced and qualified contractor to provide public analyst and food examiner services in West Lothian.",
"status": "active",
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM78"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-03-15T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-03-15T14:00:00Z"
},
"documents": [
{
"id": "FEB406685",
"documentType": "contractNotice",
"title": "Provision of public analyst food examiner and analyst services.",
"description": "West Lothian Council's Environmental Health and Trading Standards Services have a requirement for a suitably experienced and qualified contractor to provide public analyst and food examiner services in West Lothian.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB406685",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Contract provision is required for purpose of chemical and microbiological testing of food, drink and water samples. This is part of the regulatory function of Environmental Health & Trading Standards service and the Council is legally required to appoint a Public Analyst (Food Safety Act 1990, Food Hygiene (Scotland) Regulations (2006). It is envisaged that the contract will be awarded to a single service provider.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2021-04-01T00:00:00Z",
"endDate": "2024-03-31T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "The contract may be extended for a period(s) of up to a further 24 months in total"
}
}
],
"bidOpening": {
"date": "2021-03-15T14:00:00Z"
},
"contractTerms": {
"performanceTerms": "The provider must follow the requirements set out in the service specification and comply with all statutory requirements in the delivery of the service. This is regarded as a mandatory requirement. Notwithstanding any conditions agreed in the service specification, all terms and conditions set out in the main full contract will apply."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The tenderer must be a designated official control laboratory for food and feed controls."
},
{
"type": "economic",
"description": "The following Insurance Requirements will be required to be in place at the point of contract commencement : 5m GBP Public Liability Insurance ; 2m GBP Professional Indemnity Insurance ; 5m GBP Employers Liability (If required by law, exceptions include sole traders etc.) Employers should hold insurance at a minimum level of 5m GBP in line with current legislation unless specifically exempt. Re 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 35 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that below 35 will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 35, 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 35) 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."
},
{
"type": "technical",
"description": "Tenderers will require to provide evidence that they have the necessary experience and expertise required to successfully deliver the service to The Council. The tenderer must be a designated official control laboratory for food and feed controls. Specifically, the Tenderer will have personnel holding the following: Mastership in Chemical Analysis qualification awarded by the Royal Society of Chemistry making them eligible for appointment as Public Analysts in terms of the Food Safety (Sampling and Qualification) Regulations 2013. Appropriate qualifications listed in Part 1 of Schedule 2 of the Food Safety (Sampling and Qualifications) Regulations 2013, and at least 3 years experience in a laboratory listed in Part 2 of the Schedule. UKAS accreditation for the full range of services required by West Lothian Council. (areas where no accreditation exists should be highlighted) The tenderer will meet all other requirements of the Food Safety (Sampling and Qualifications) Scotland Regulations 2013. Bidders will be asked to provide specific examples of carrying out similar services performed during the last three years. Bidders are also required to provide point of contact details at stated respective organisations. Please note that the Council reserve the right to request references without notifying yourself."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "90700000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "With reference to SPD question Q2B; complete information for all company directors, using home address. 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 accordance with the requirements of UK government policy on the disclosure of information relating to government contracts. Additional Information within the Invitation to Tender for Quality Management and Health and Safety requirements can be found at the following link : https://www.westlothian.gov.uk/article/11428/Changes-to-Public-Procurement-Rules The HSE website will be checked for breaches. Should West Lothian Council's Health and Safety team not be satisfied with the outcome your tender will be rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. For further information regarding regulated procurements please refer to Regulations 58 and 59 of The Public Contracts (Scotland) Regulations 2015. 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16965. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Whilst the contract value for this framework is above 4m GBP, it is envisaged that a significant number of providers will be appointed and no provider will be awarded a contract in excess of 4m GBP The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: Whilst the contract value for this framework is above 4m GBP, it is envisaged that a significant number of providers will be appointed and no provider will be awarded a contract in excess of 4m GBP Whilst a Community Benefits Clause is not incorporated, where bidders include any Community Benefits within their submission, these will be accepted by the council via the contract variation process and the service provider will be expected to deliver as part of the contract. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17977. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:643646)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000643646"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}