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

External Building Fabric Upgrades

  • First published: 17 June 2025
  • Last modified: 17 June 2025
  • 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-054480
Published by:
West Dunbartonshire Council
Authority ID:
AA21334
Publication date:
17 June 2025
Deadline date:
08 July 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council have ambitious plans to improve the living conditions of our tenants whilst improving assets and have significant external works investment programmes in place over the coming years.

Contractors will be required to carryout external works including external wall insulation with rendered finish and pitched roofing work programmes; providing the necessary access equipment to safely carryout the work. They will have appropriate certifications in relation to all aspects of associated works and tasks including all areas of the fabric and fixtures of properties and common areas of blocks.

They will be required to achieve the Councils’ investment programme carrying out notifiable work ensuring this is carried out in a timely manner which ensures best value.

In order to meet the Council programme, where necessary, contractors will apply for appropriate warrants. Contractors will have all legal accreditations and qualifications in order to carryout work providing evidence of same. Contractors must provide evidence in Section 4.C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria Failure to do so will result in exclusion from the tender.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

UK

Telephone: +44 1389737000

E-mail: corporate.procurement@west-dunbarton.gov.uk

NUTS: UKM81

Internet address(es)

Main address: http://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

External Building Fabric Upgrades

Reference number: 2526-02

II.1.2) Main CPV code

45210000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Council have ambitious plans to improve the living conditions of our tenants whilst improving assets and have significant external works investment programmes in place over the coming years.

Contractors will be required to carryout external works including external wall insulation with rendered finish and pitched roofing work programmes; providing the necessary access equipment to safely carryout the work. They will have appropriate certifications in relation to all aspects of associated works and tasks including all areas of the fabric and fixtures of properties and common areas of blocks.

They will be required to achieve the Councils’ investment programme carrying out notifiable work ensuring this is carried out in a timely manner which ensures best value.

In order to meet the Council programme, where necessary, contractors will apply for appropriate warrants. Contractors will have all legal accreditations and qualifications in order to carryout work providing evidence of same. Contractors must provide evidence in Section 4.C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria Failure to do so will result in exclusion from the tender.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45212000

45262700

45262690

45300000

50700000

45320000

45261410

45210000

II.2.3) Place of performance

NUTS code:

UKM81

II.2.4) Description of the procurement

The Council have ambitious plans to improve the living conditions of our tenants whilst improving assets and have significant external works investment programmes in place over the coming years.

Contractors will be required to carryout external works including external wall insulation with rendered finish and pitched roofing work programmes; providing the necessary access equipment to safely carryout the work. They will have appropriate certifications in relation to

all aspects of associated works and tasks including all areas of the fabric and fixtures of properties and common areas of blocks.

They will be required to achieve the Councils’ investment programme carrying out notifiable work ensuring this is carried out in a timely manner which ensures best value.

In order to meet the Council programme, where necessary, contractors will apply for appropriate warrants. Contractors will have all legal accreditations and qualifications in order to carryout work providing evidence of same. Contractors must provide evidence in Section 4.C

of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria Failure to do so will result in exclusion from the tender.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 60

This contract is subject to renewal: No

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

4B.1.2 & 4B. 2.2 Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than 6,000,000, GBP.

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 Requirements

Employer’s(Compulsory)Liability Insurance = statutory minimum GBP 10M each and every claim

Public Liability Insurance = minimum GBP 10M each and every claim

Public indemnity Insurance = minimum GBP 2M

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

With reference to SPD question 4C.1, bidders will be required to provide 3 examples that demonstrate that they have the relevant experience and capacity of delivering External Building Fabric Upgrades works or similar project types

III.2) Conditions related to 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: 08/07/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 08/07/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29046. 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:

Tenderers must download the attached document "WD19 Social Benefits in Procurement Questionnaire" and insert details of the Social Benefit Outcomes offered for the duration of this contract and then re-attach the completed WD19 Questionnaire to the relevant question within PCS-Tender

(SC Ref:801049)

VI.4) Procedures for review

VI.4.1) Review body

Dumbarton Sheriff Court and Justice of the Peace Court

Sheriff Court House, Church Street

Dumbarton

G82 1QR

UK

VI.5) Date of dispatch of this notice

06/06/2025

Coding

Commodity categories

ID Title Parent category
45262700 Building alteration work Special trade construction works other than roof works
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45320000 Insulation work Building installation work
45262690 Refurbishment of run-down buildings Special trade construction works other than roof works
50700000 Repair and maintenance services of building installations Repair and maintenance services
45261410 Roof insulation work Erection and related works of roof frames and coverings

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:
corporate.procurement@west-dunbarton.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.