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

Subcontractors and Specialist Contractors for Building Services

  • First published: 04 March 2022
  • Last modified: 04 March 2022

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)

Contents

Summary

OCID:
Published by:
West Dunbartonshire Council
Authority ID:
AA21334
Publication date:
04 March 2022
Deadline date:
06 April 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The works to be undertaken will include flooring work projects, including but not limited to, removing, renewing, replacing, repairing and maintenance of surface finishes in various West Dunbartonshire Council Building in a multi trade environment. Contractors must provide evidence in Section 4C 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: CorporateProcurementUnit@west-dunbarton.gov.uk

NUTS: UKM81

Internet address(es)

Main address: https://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.2) Joint procurement

The contract is awarded by a central purchasing body

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

Subcontractors and Specialist Contractors for Building Services

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The provision is to give West Dunbartonshire Council a route to identify qualified multi-trade contractors and trade groups to deliver maintenance, routine servicing and emergency repairs to West Dunbartonshire Council buildings, including works to void properties in a multi-trade environment and a 24 hour 356 days emergency response service to be carried out in compliance with the contract conditions

Contractors will be required to provide details on how their organisation in terms of skill, qualifications and competence that fit and meet with the specification the skills. They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor’s Scheme (SIA)

The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order. Tenders can be submitted for more than one lot.

II.1.5) Estimated total value

Value excluding VAT: 23 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Landscaping including the provision of resin path

II.2.2) Additional CPV code(s)

77310000

77313000

77314000

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire

II.2.4) Description of the procurement

The works and services required are slabbing, tar works, Astroturf, civils, drainage works, brick walls, bin stores, benches, canopies and other street furniture. Contractors must provide evidence in Section 4C 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: 40

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 3 100 000.00  GBP

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:

The contract will be open to 2 x 12 month extensions at the councils discretion

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

Lot No: 2

II.2.1) Title

Flooring

II.2.2) Additional CPV code(s)

44112200

45432110

45432130

45432100

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire

II.2.4) Description of the procurement

The works to be undertaken will include flooring work projects, including but not limited to, removing, renewing, replacing, repairing and maintenance of surface finishes in various West Dunbartonshire Council Building in a multi trade environment. Contractors must provide evidence in Section 4C 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: 40

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 330 000.00  GBP

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:

not applicable

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

Lot No: 3

II.2.1) Title

Metal Fabrications

II.2.2) Additional CPV code(s)

45223100

45223110

45233160

45262670

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire

II.2.4) Description of the procurement

The scope of works required including install and maintenance of fencing, metal painting, maintenance, special needs ramps, secure doors, roller shutters and other custom metal fabrications. Contractors must provide evidence in Section 4C 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: 40

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 195 000.00  GBP

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:

The contract will be open to 2 x 12 month extensions at the councils discretion

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

Lot No: 4

II.2.1) Title

Scaffold

II.2.2) Additional CPV code(s)

44212310

45262100

45262110

45262120

44212317

44212315

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire

II.2.4) Description of the procurement

The works to be undertaken will include the supply and build of scaffolds, temporary security fencing and other access requirements for safe access to facilitate works. Contractors must provide evidence in Section 4C 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: 40%

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 2 300 000.00  GBP

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:

The contract will be open to 2 x 12 month extensions at the councils discretion.

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

Lot No: 5

II.2.1) Title

Electrical Specialist including entry systems and alarms

II.2.2) Additional CPV code(s)

45311000

45310000

42992000

45311100

45311200

45317000

50116100

71314100

35121700

79711000

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire

II.2.4) Description of the procurement

The scope of works to be undertaken are of specialist contractor to deliver, repair and maintain electrical installation in all West Dunbartonshire owned or operated buildings, including tenanted houses. Contractors must be able to provide any legal accreditations, qualifications required to carry out and deliver the scopes of work and services Contractors must provide evidence in Section 4C 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: 40%

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 1 800 000.00  GBP

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:

The contract will be open to 2 x 12 month extensions at the councils discretion

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

Lot No: 6

II.2.1) Title

Commercial Heating, Ventilation and Air Conditioning (HVAC) Including General Mechanical specialists

II.2.2) Additional CPV code(s)

39715200

42131110

39715210

42515000

44115200

44163121

44620000

44621110

45232141

45331100

45331000

45259300

50720000

50721000

71314310

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire

II.2.4) Description of the procurement

The works to be undertaken will include for equipment such as commercial gas heating and associated control systems, domestic or commercial electric heating or cooling, ventilations works, water pumps and other similar mechanical equipment. Contractors must provide evidence in Section 4C 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: 40%

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 1 400 000.00  GBP

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:

The contract will be open to 2 x 12 month extensions at the councils discretion

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

Lot No: 7

II.2.1) Title

Laundry Equipment

II.2.2) Additional CPV code(s)

42716000

51543400

98311100

98311200

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire

II.2.4) Description of the procurement

The works to be undertaken will include the supply, fit, maintain laundry equipment. This includes installing, servicing, maintaining and repair of washing machines, dryers, presses, and any other equipment used for laundering clothes or other materials, such as table cloths etc. Contractors must provide evidence in Section 4C 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: 40%

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 195 000.00  GBP

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:

The contract will be open to 2 x 12 month extensions at the councils discretion

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

Lot No: 8

II.2.1) Title

Plumbing

II.2.2) Additional CPV code(s)

39715300

45332200

45332000

45330000

45232452

45111240

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire

II.2.4) Description of the procurement

The works to be undertaken will include, repair, adaptations, extensions, install and maintenance of water supply system, drainage system, and other associated general plumbing and drainage work. Contractors must provide evidence in Section 4C 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: 40%

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 300 000.00  GBP

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:

The contract will be open to 2 x 12 month extensions at the councils discretion

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

Lot No: 9

II.2.1) Title

Small Jobs

II.2.2) Additional CPV code(s)

45310000

45311000

45311100

45311200

45440000

45261221

45442110

45261220

45442121

45442180

45442190

45332200

45332000

45333000

45333100

50413100

50411200

45210000

45213100

45262700

50700000

71324000

71355000

71421000

45112712

45261211

45261212

45261210

45410000

45421000

45421150

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire

II.2.4) Description of the procurement

To identify multiple qualified trades people / contractors to deliver reactive day to day repairs and maintenance service or one-off projects to WDC tenants properties, as well as council properties such as schools and offices as well as works to void properties. This lot requires -plumbers, gas engineers, electricians, joiners, painters, builders, plasters and labourers as well as other specialist or ad-hoc trades related to building operations and maintenance such as Graffiti removal, surveying work, rot works, etc.. Contractors must provide evidence in Section 4C 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. The Small Jobs will be managed as a Flexible Framework Agreement where the Council can re-open competition for new entrants on a 2 year basis. Providers already qualified onto the Framework Agreement will not require to re-tender / re-qualify.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40%

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 1 300 000.00  GBP

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:

The contract will be open to 2 x 12 month extensions at the councils discretion

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

Lot No: 10

II.2.1) Title

Asbestos Removal

II.2.2) Additional CPV code(s)

45262660

90650000

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire

II.2.4) Description of the procurement

Asbestos removal services are required to carry out UKAS accredited Asbestos management, refurbishment, demolition, removals, encapsulation, disposal works in all blocks and common areas as described above.

Contractors are also required to undertake Licensed and Non Licensed Work in addition to Notifiable Non Licenced Asbestos work in relation to all aspects and areas of the fabric of Council Homes including all services, utilities and apparatus contained within whether operational or redundant.

In order to maintain Service levels, at times, Asbestos information is required in a timely manner to prevent delays to work.

Contractors must be able to provide any legal accreditations, qualifications required to carry out this work

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40%

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 768 000.00  GBP

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:

The contract will be open to 2 x 12 month extensions at the councils discretion

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

Lot No: 11

II.2.1) Title

External Building Fabric upgrades

II.2.2) Additional CPV code(s)

45210000

45212000

45262700

45262690

45300000

50700000

45320000

45261410

II.2.3) Place of performance

NUTS code:

UKM81


Main site or place of performance:

West Dunbartonshire

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: 40%

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 12 000 000.00  GBP

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:

The contract will be open to 2 x 12 month extensions at the councils discretion

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

List and brief description of selection criteria:

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


Minimum level(s) of standards required:

Minimum level(s) of standards required

Lot 1,turnover requirement GBP300,000

Lot 2,turnover requirement GBP75,000

Lot 3,turnover requirement GBP97,000

Lot 4,turnover requirement GBP1,150,000

Lot 5,turnover requirement GBP500,000

Lot 6,turnover must equate to at least two times the annual value of the contract

Lot 7,turnover requirement GBP75,000

Lot 8,turnover requirement GBP75,000

Lot 9,turnover must equate to at least two times the annual value of the contract

Lot 10,turnover must equate to at least two times the annual value of the contract

Lot 11,turnover must equate to at least two times the annual value of the contract

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, 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. 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

Bidding for Lot 1, Employer’s(Compulsory) Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP5M each and every claim

Bidding for Lot 2, Employer’s(Compulsory) Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP5M each and every claim

Bidding for Lot 3, Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP5M each and every claim

Lot 4, Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP10M each and every claim

Public indemnity Insurance = Minimum GBP2M

Lot 5, Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP10M each and every claim

Lot 6, Employer’s(Compulsory) Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP10M each and every claim

Public indemnity Insurance = Minimum GBP5M

Lot 7, Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP10M each and every claim

Lot 8, Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP5M each and every claim

Lot 9, Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP5M each and every claim

Lot 10,Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP10M each and every claim

Public indemnity Insurance = minimum GBP5M

Lot 11, Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim

Public Liability Insurance = minimum GBP10M each and every claim

Public indemnity Insurance = minimum GBP2M

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the works/services applicable to the Lots that they are bidding for.

Bidders will be required to confirm their average annual manpower for the last two years and the number of managerial staff for the last two years

Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of works/services applicable to the Lots that they are bidding for.

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


Minimum level(s) of standards required:

Relevant experience to carry out the Works/Services the bidder is tendering for.

Appropriate level of manpower, management and equipment to service this Contract.

All Contractors, Sub-Contractors and Site Tradespersons must hold the relevant qualifications and certification for the relevant Lot.

Where required bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

Bidders must detail relevant qualifications and certifications in association to the relevant lot being tendered for.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

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: 06/04/2022

Local time: 10:00

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

IV.2.7) Conditions for opening of tenders

Date: 06/04/2022

Local time: 10:00

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 bidder must complete and submit, with their tender response the following additional documents:

WD04 Parent Company Guarantee

WD06 Non Collusion Certificate

WD07 Certificate for Non-Canvassing

WD08 FOI Declaration

WD09 Financial Vetting

WD16 Police Scotland Check

WD18 Declaration Page

Social benefits are included in this requirement. A summary of the expected social benefits has been provided.

The above mentioned documents are provided with the tender documents and can be located within a folder entitled “WD Documents” uploaded into the Attachment Area of the Master ITT.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18155. 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:

A summary of the expected community benefits has been provided as follows:

Social Benefit Questionnaire is attached to the Tender Documents to be completed within PCS-T

(SC Ref:681065)

VI.4) Procedures for review

VI.4.1) Review body

Dumbarton Sheriff Court and Justice of the Peace Court

Sheriff Court House, Church Street

Dunbarton

G82 1QR

UK

VI.5) Date of dispatch of this notice

02/03/2022

Coding

Commodity categories

ID Title Parent category
35121700 Alarm systems Security equipment
79711000 Alarm-monitoring services Security services
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
45223100 Assembly of metal structures Structures construction work
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
39715210 Central-heating equipment Water heaters and heating for buildings; plumbing equipment
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work
42131110 Central-heating radiator valves Taps, cocks and valves
44621110 Central-heating radiators Radiators and boilers
44620000 Central-heating radiators and boilers and parts Tanks, reservoirs and containers; central-heating radiators and boilers
50721000 Commissioning of heating installations Repair and maintenance services of central heating
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45213100 Construction work for commercial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
42515000 District heating boiler Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
45232452 Drainage works Ancillary works for pipelines and cables
45311200 Electrical fitting work Electrical wiring and fitting work
45310000 Electrical installation work Building installation work
71314100 Electrical services Energy and related services
45311000 Electrical wiring and fitting work Electrical installation work
45311100 Electrical wiring work Electrical wiring and fitting work
50116100 Electrical-system repair services Maintenance and repair services related to specific parts of vehicles
44212315 Equipment for scaffolding Structural products and parts except prefabricated buildings
44112200 Floor coverings Miscellaneous building structures
45432100 Floor laying and covering work Floor-laying and covering, wall-covering and wall-papering work
45432130 Floor-covering work Floor-laying and covering, wall-covering and wall-papering work
45432110 Floor-laying work Floor-laying and covering, wall-covering and wall-papering work
45333100 Gas regulation equipment installation work Gas-fitting installation work
45333000 Gas-fitting installation work Plumbing and sanitary works
45111240 Ground-drainage work Demolition, site preparation and clearance work
77314000 Grounds maintenance services Planting and maintenance services of green areas
71314310 Heating engineering services for buildings Energy and related services
39715200 Heating equipment Water heaters and heating for buildings; plumbing equipment
44163121 Heating pipes Pipes and fittings
45232141 Heating works Ancillary works for pipelines and cables
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45259300 Heating-plant repair and maintenance work Repair and maintenance of plant
45223110 Installation of metal structures Structures construction work
51543400 Installation services of laundry washing, dry-cleaning and drying machines Installation services of textile-, clothing- and leather-production machinery
45320000 Insulation work Building installation work
45421000 Joinery work Joinery and carpentry installation work
71421000 Landscape gardening services Landscape architectural services
45112712 Landscaping work for gardens Excavating and earthmoving work
42716000 Laundry washing, dry-cleaning and drying machines Machinery for textiles
98311100 Laundry-management services Laundry-collection services
98311200 Laundry-operation services Laundry-collection services
45262670 Metalworking Special trade construction works other than roof works
45421150 Non-metal joinery installation work Joinery work
45317000 Other electrical installation work Electrical installation work
45440000 Painting and glazing work Building completion work
45442110 Painting work of buildings Application work of protective coatings
45442121 Painting work of structures Application work of protective coatings
45442190 Paint-stripping work Application work of protective coatings
77313000 Parks maintenance services Planting and maintenance services of green areas
45233160 Paths and other metalled surfaces Construction, foundation and surface works for highways, roads
77310000 Planting and maintenance services of green areas Horticultural services
45410000 Plastering work Building completion work
45332000 Plumbing and drain-laying work Plumbing and sanitary works
44115200 Plumbing and heating materials Building fittings
45330000 Plumbing and sanitary works Building installation work
39715300 Plumbing equipment Water heaters and heating for buildings; plumbing equipment
71324000 Quantity surveying services Engineering design services
45262690 Refurbishment of run-down buildings Special trade construction works other than roof works
45442180 Repainting work Application work of protective coatings
50000000 Repair and maintenance services Other Services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50411200 Repair and maintenance services of gas meters Repair and maintenance services of measuring apparatus
50413100 Repair and maintenance services of gas-detection equipment Repair and maintenance services of checking apparatus
45261410 Roof insulation work Erection and related works of roof frames and coverings
45261210 Roof-covering work Erection and related works of roof frames and coverings
45261220 Roof-painting and other coating work Erection and related works of roof frames and coverings
45261221 Roof-painting work Erection and related works of roof frames and coverings
45261212 Roof-slating work Erection and related works of roof frames and coverings
45261211 Roof-tiling work Erection and related works of roof frames and coverings
44212310 Scaffolding Structural products and parts except prefabricated buildings
45262110 Scaffolding dismantling work Special trade construction works other than roof works
45262120 Scaffolding erection work Special trade construction works other than roof works
44212317 Scaffolding structures Structural products and parts except prefabricated buildings
45262100 Scaffolding work Special trade construction works other than roof works
42992000 Special-purpose electrical goods Miscellaneous special-purpose machinery
71355000 Surveying services Engineering-related scientific and technical services
45332200 Water plumbing work Plumbing and drain-laying work

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:
CorporateProcurementUnit@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.