Tender

Purchase & Installation of Roller Brake Testers for Fleet Workshop

WEST LOTHIAN COUNCIL

This public procurement record has 1 release in its history.

Tender

17 Nov 2025 at 00:00

Summary of the contracting process

See notice for full details.

How relevant is this notice?

Notice Information

Notice Title

Purchase & Installation of Roller Brake Testers for Fleet Workshop

Notice Description

The requirement is for three brake testing machines to be replaced. This contract will involve the supply and fit of the machines and the servicing for five years to ensure the warranty is not invalidated. Installation would be phased to allow there to always be an operational machine.

Lot Information

Lot 1

The requirement is for three brake testing machines to be replaced. This contract will involve the supply and fit of the machines and the servicing for five years to ensure the warranty is not invalidated. Installation would be phased to allow there to always be an operational machine.. Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000816010
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV543689
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

51 - Installation services (except software)


CPV Codes

34000000 - Transport equipment and auxiliary products to transportation

34322100 - Brake equipment

34324100 - Wheel-balancing equipment

51230000 - Installation services of testing equipment

51540000 - Installation services of special-purpose machinery and equipment

Notice Value(s)

Tender Value
£167,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Nov 20252 weeks ago
Submission Deadline
1 Dec 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
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
Catriona Peden
Contact Email
catriona.peden@westlothian.gov.uk
Contact Phone
+44 1506283312

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=NOV543689
    Purchase & Installation of Roller Brake Testers for Fleet Workshop - The requirement is for three brake testing machines to be replaced. This contract will involve the supply and fit of the machines and the servicing for five years to ensure the warranty is not invalidated. Installation would be phased to allow there to always be an operational machine.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000816010-2025-11-17T00:00:00Z",
    "date": "2025-11-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000816010",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-16",
            "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": "Catriona Peden",
                "email": "catriona.peden@westlothian.gov.uk",
                "telephone": "+44 1506283312",
                "faxNumber": "+44 1506281325",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.westlothian.gov.uk"
            }
        },
        {
            "id": "org-17",
            "name": "Livingston Sheriff Court",
            "identifier": {
                "legalName": "Livingston Sheriff Court"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre Howden South Road",
                "locality": "Livingston",
                "postalCode": "EH54 6FF"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "West Lothian Council",
        "id": "org-16"
    },
    "tender": {
        "id": "CC14457",
        "title": "Purchase & Installation of Roller Brake Testers for Fleet Workshop",
        "description": "The requirement is for three brake testing machines to be replaced. This contract will involve the supply and fit of the machines and the servicing for five years to ensure the warranty is not invalidated. Installation would be phased to allow there to always be an operational machine.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "51230000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "51540000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34322100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34324100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whitehill Service Centre, 4 Inchmuir Road, Whitehill Industrial Estate, Bathgate, EH48 2EP"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM78"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 167000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2025-12-01T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-12-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV543689",
                "documentType": "contractNotice",
                "title": "Purchase & Installation of Roller Brake Testers for Fleet Workshop",
                "description": "The requirement is for three brake testing machines to be replaced. This contract will involve the supply and fit of the machines and the servicing for five years to ensure the warranty is not invalidated. Installation would be phased to allow there to always be an operational machine.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV543689",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The requirement is for three brake testing machines to be replaced. This contract will involve the supply and fit of the machines and the servicing for five years to ensure the warranty is not invalidated. Installation would be phased to allow there to always be an operational machine.. Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "contractPeriod": {
                    "durationInDays": 90
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2025-12-01T12:00:00Z",
            "address": {
                "streetAddress": "Online on PCS-Tender"
            },
            "description": "By WLC Corporate Procurement Staff Online on PCS-Tender"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "All equipment must be supplied and fitted to same minimum standards as a DVSA Authorised Testing Facility (ATF). All new equipment to be calibrated prior to handover and have 5-year warranties and servicing packages set up."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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 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": "Professional Risk Indemnity: 2,000,000.00 GBP Employer's (Compulsory) Liability: 10,000,000.00 GBP Public Liability: 5,000,000.00 GBP Product Liability: 5,000,000.00 GBP Valid Motor Vehicle Insurance"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "34000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "TUPE - The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications. 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. RE SDP 4C4 If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30477. 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: West Lothian Council is committed to working with communities and businesses to secure Community Benefits in council contracts where it is proportionate and relevant to do so. Community Benefits are contractual requirements which deliver wider Social, Economic or Environmental Benefits in addition to the core purpose of the contract. Tenderers will be scored based on their proposed methodology to their commitment to delivering their proposed Community Benefits, in line with the total Community Benefits Points attributed to the contract. Community Benefits will form 6% of the overall award criteria. All necessary information on how this will be evaluated can be found in the Community Benefits section of the Technical Envelope of the tender in PCS-T. More information can be found on the council's website: - Community Benefits in Procurement - Community Benefits Wishlist (SC Ref:816010)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000816010"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}