Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PPM of Gas Fired Boilers and Associated Plant, Including Provision of Call Out and Reactive Repairs

  • First published: 17 February 2026
  • Last modified: 17 February 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0654b7
Published by:
Inverclyde Council
Authority ID:
AA20655
Publication date:
17 February 2026
Deadline date:
18 March 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply of labour, plant and material for the Planned Preventative Maintenance (Annual Servicing) of Commercial and Domestic gas fired boiler plant and associated equipment, including, but not limited to:-

Heat generation equipment (gas fired boilers, gas water heaters)

Booster Sets

Pressurisation Units

Circulating Pumps

Expansion Vessels

Pipework distribution installations including valves and fittings (local to boiler plant)

Allowance for ‘a service kit’ to be supplied and fitted for all annual services of boilers/water heaters.

Provision of 24 hour call-out service, 365/366 days of the year for rectification of any problems to the boiler plant and associated equipment, including BMS (building management systems)/Automatic Controls as identified by the Employer.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Inverclyde Council

Procurement, Municipal Buildings, Clyde Square

Greenock

PA15 1LX

UK

Contact person: Daniel O'Donnell

E-mail: Daniel.ODonnell@inverclyde.gov.uk

NUTS: UKM83

Internet address(es)

Main address: http://www.inverclyde.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168

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/


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

PPM of Gas Fired Boilers and Associated Plant, Including Provision of Call Out and Reactive Repairs

Reference number: PRO 0976

II.1.2) Main CPV code

50531100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Supply of labour, plant and material for the Planned Preventative Maintenance (Annual Servicing) of Commercial and Domestic gas fired boiler plant and associated equipment, including, but not limited to:-

Heat generation equipment (gas fired boilers, gas water heaters)

Booster Sets

Pressurisation Units

Circulating Pumps

Expansion Vessels

Pipework distribution installations including valves and fittings (local to boiler plant)

Allowance for ‘a service kit’ to be supplied and fitted for all annual services of boilers/water heaters.

Provision of 24 hour call-out service, 365/366 days of the year for rectification of any problems to the boiler plant and associated equipment, including BMS (building management systems)/Automatic Controls as identified by the Employer.

II.1.5) Estimated total value

Value excluding VAT: 810 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Inverclyde

II.2.4) Description of the procurement

Supply of labour, plant and material for the Planned Preventative Maintenance (Annual Servicing) of Commercial and Domestic gas fired boiler plant and associated equipment, including, but not limited to:-

Heat generation equipment (gas fired boilers, gas water heaters)

Booster Sets

Pressurisation Units

Circulating Pumps

Expansion Vessels

Pipework distribution installations including valves and fittings (local to boiler plant)

Allowance for ‘a service kit’ to be supplied and fitted for all annual services of boilers/water heaters.

Provision of 24 hour call-out service, 365/366 days of the year for rectification of any problems to the boiler plant and associated equipment, including BMS (building management systems)/Automatic Controls as identified by the Employer.

The Contractor shall provide and take full responsibility for providing and maintaining the relevant documentation, reports and records as further detailed in the Specification.

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery Methodology / Weighting: 10

Quality criterion: Familiarity with Building Typologies / Weighting: 4

Quality criterion: Asset Database / Weighting: 4

Quality criterion: Sustainability and Climate Change Commitments / Weighting: 4

Quality criterion: Organisational Structure / Weighting: 4

Quality criterion: Resilience & Contingency / Weighting: 2

Quality criterion: Training and CPD / Weighting: 2

Quality criterion: Fair Work First / Weighting: 5

Quality criterion: Social Value / Weighting: 5

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend for a further 12 months.

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.2.13) 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

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.

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:

Bidders will be required to hold the following accreditations/qualifications to be considered for this contract:

Organisation and individuals must be registered on the Gas Safe Register for Domestic and Commercial.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

4B.1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following:

(a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).

OR

(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check).

PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:

APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT’S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK.

You must provide your average yearly turnover for the last 2 years.

Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.

If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question.

If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.

4B.5.1a/4B.5.1b/4B.5.2 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 indicated below:

1. Contractor’s Public Liability Insurance (injury to persons or property) – not less

than 10M GBP for any one occurrence or series of occurrences arising out

of one event, renewable annually

2. Percentage to cover professional fees – 15%

3. Insurance of existing structures - applies

4. Insurance of work or supply comprised in Orders - applies

5. Annual Renewal Date – [to be advised]

6. Terrorism Cover – Pool-Re cover is required

7. Employer’s Liability Insurance (Note: for the purpose only of this Insurance, the

Employer is the Contractor) – not less than 5M GBP for any one occurrence

or series of occurrences arising out of one event, renewable annually

8. Professional Indemnity Insurance – not less than 1M GBP for any one

occurrence or series of occurrences arising out of one event, maintained for

a minimum period of six (6) calendar years


III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

4D.1 QUALITY MANAGEMENT PROCEDURES

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, which 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.

4D.1 HEALTH & SAFETY

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 OR hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")


Minimum level(s) of standards required:

4C.1.2 Bidders will be required to provide two (2) examples of similar contracts within the last three (3) years that demonstrate that they have the relevant experience to deliver this contract.

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: 18/03/2026

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 18/03/2026

Local time: 12:00

Place:

Tenders will be opened remotely

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

If there is still an ongoing requirement for this contract then this may be brought back out to tender in the future.

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

Bidders will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certificate, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30510. 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:

Bidders will be asked to detail the Social Value Outcomes they will deliver if they are successful in this contract opportunity. It will be a requirement of the contract that the Social Value Outcomes offered are delivered.

(SC Ref:823605)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sheriff Court and Justice of the Peace Court

Sheriff Court House,1 Nelson Street,

Greenock

PA15 1TR

UK

VI.5) Date of dispatch of this notice

16/02/2026

Coding

Commodity categories

ID Title Parent category
50531100 Repair and maintenance services of boilers Repair and maintenance services for non-electrical machinery

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Daniel.ODonnell@inverclyde.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.