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: 25 March 2026
  • Last modified: 25 March 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)

Contents

Summary

OCID:
ocds-h6vhtk-060a02
Published by:
West Dunbartonshire Council
Authority ID:
AA21334
Publication date:
25 March 2026
Deadline date:
29 April 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 framework will consist of 10 lots. Bidders can submit and be appointed for more than one lot within the framework. The framework will operate on a ranked basis. If the top-ranked Measured Term Contractor is unable to undertake a call-off due to capacity or capability, the opportunity will be offered to the next-ranked provider. This process will continue down the list until a contractor can provide the service.

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.

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

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

Reference number: 2526-40

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 framework will consist of 10 lots. Bidders can submit and be appointed for more than one lot within the framework. The framework will operate on a ranked basis. If the top-ranked Measured Term Contractor is unable to undertake a call-off due to capacity or capability, the opportunity will be offered to the next-ranked provider. This process will continue down the list until a contractor can provide the service.

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.

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

Groundworks and Landscaping

II.2.2) Additional CPV code(s)

77314000

77313000

77310000

II.2.3) Place of performance

NUTS code:

UKM81

II.2.4) Description of the procurement

The scope of works and service requirements for the provision of groundworks and landscaping services across council owned land, including parks, open spaces, highways, housing estates, operational buildings, and other public assets including but not limited to, site preparation and excavation, drainage, hard landscaping, soil, turf and surfacing, soft landscaping to ground maintenance.

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.2.7) 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

Asbestos Removal

II.2.2) Additional CPV code(s)

90650000

II.2.3) Place of performance

NUTS code:

UKM81

II.2.4) Description of the procurement

The scope of services required are, to carry out UKAS accredited Asbestos works on projects that require Asbestos removals, encapsulation, or disposal. 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 blocks and common areas) including all services, utilities and apparatus contained within whether operational or redundant. To maintain service levels, at times, Asbestos works and follow on information is required in a timely manner to prevent delays to 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.2.7) 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: 3

II.2.1) Title

Flooring

II.2.2) Additional CPV code(s)

44112200

45432110

45432100

II.2.3) Place of performance

NUTS code:

UKM81

II.2.4) Description of the procurement

The scope of services and works, the contractor shall deliver comprehensive flooring works across various West Dunbartonshire Council buildings and facilities, working effectively within a multi trade environment. The scope of works includes, but is not limited to, removing, renewing, replacing, repairing and maintenance of surface finishes (Generally carpet and linoleum) 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.2.7) 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

Fencing and Metal Fabrications

II.2.2) Additional CPV code(s)

45223100

45223110

45233160

45262670

45340000

45342000

II.2.3) Place of performance

NUTS code:

UKM81

II.2.4) Description of the procurement

The scope of services required including but not limited to, installation, repair, and maintenance services for fencing, metalwork, and security features across all council properties and land. This includes supplying and installing various types of fencing and gates, carrying out repairs to damaged sections, and ensuring security and boundary structures remain safe and functional. The Contractor will also provide custom metal fabrication, including handrails, barriers, brackets, and other bespoke metal components, along with metal painting, protective coatings, and general refurbishment of existing metalwork. Additional services include installing and maintaining secure metal doors, and roller shutters, supporting daily operations and responsive works. All services must be delivered safely, in compliance with regulations, and coordinated within a multi trade working 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.2.7) 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

Scaffolding

II.2.2) Additional CPV code(s)

44212310

45262100

45262110

45262120

44212317

44212315

II.2.3) Place of performance

NUTS code:

UKM81

II.2.4) Description of the procurement

The scope of services includes but are not limited to, the Contractor shall provide all labour, plant, materials, and equipment necessary for the supply, installation, modification, inspection, and dismantling of scaffolding, temporary security fencing, and other access systems required to ensure safe access for works across council properties and sites.

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.2.7) 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

Electrical Specialist including Entry Systems

II.2.2) Additional CPV code(s)

45311000

45310000

45311100

45311200

45317000

50116100

71314100

35121700

II.2.3) Place of performance

NUTS code:

UKM81

II.2.4) Description of the procurement

The Contractor will deliver specialist electrical installation, repair, and maintenance services across all West Dunbartonshire Council owned or operated buildings, including tenanted homes. This includes installing, upgrading, and maintaining electrical systems, lighting, power, consumer units, and associated components in line with all relevant regulations. The Contractor is also responsible for the installation, servicing, testing, and repair of alarm systems, including door entry systems, and emergency lighting, ensuring compliance with recognised standards. Services also include planned and reactive maintenance.

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.2.7) 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

II.2.3) Place of performance

NUTS code:

UKM81

II.2.4) Description of the procurement

The Contractor scope of services will include but not be limited to, install, service, maintain, and repair laundry equipment across council buildings. This includes washing machines, dryers, presses, and any other equipment used for laundering clothing, bedding, uniforms, and materials such as tablecloths. Services cover delivery and installation, connection to utilities, routine servicing, planned maintenance, fault diagnosis, and reactive repairs. The contractor is responsible for ensuring equipment operates safely and efficiently, providing all necessary documentation, using qualified engineers, and coordinating with other trades where required.

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.2.7) 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

UPVC Windows and Doors

II.2.2) Additional CPV code(s)

45421100

45421110

44221000

II.2.3) Place of performance

NUTS code:

UKM81

II.2.4) Description of the procurement

The scope of works and services will include but not limited to, the contractor shall provide the supply, installation of new UPVC units with appropriate glazing, seals, locking systems, and ventilation features, replacement units, and associated works for UPVC windows and doors across council owned and operated buildings, including residential properties, public facilities, and operational sites.

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.2.7) 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

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

II.2.4) Description of the procurement

The services required are a range of local and specialist trade groups repair, maintenance, and minor works services across all council owned and operated buildings, facilities, and housing stock. These works are typically ad hoc small scale, responsive, or planned tasks requiring flexible trades support to maintain safe, functional, and well maintained properties.

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.2.7) 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

Void Property and Refurbishment

II.2.2) Additional CPV code(s)

71315000

50000000

II.2.3) Place of performance

NUTS code:

UKM81

II.2.4) Description of the procurement

The services required of the contractor shall be to provide back-up support to our voids housing team when demand exceeds internal delivery capacity. All labour, materials, plant, and equipment required to deliver void property works for both internal refurbishments across council owned housing stock and associated assets. The aim is to ensure properties are made safe, compliant, habitable, and ready for re let within required timescales.

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.2.7) 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

Minimum level(s) of standards required:

Lot 1: Groundworks and Landscaping

Turnover requirement GBP 250,000 for each of the last 2 financial years

Insurance requirement Employer’s(Compulsory) Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim

Lot 2: Asbestos Removal

Turnover requirement GBP 250,000 for each of the last 2 financial years

Insurance requirement 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 3: Flooring

Turnover requirement GBP 250,000 for each of the last 2 financial years

Insurance requirement Employer’s(Compulsory) Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim

Lot 4: Fencing and Metal Fabrications

Turnover requirement GBP 250,000 for each of the last 2 financial years

Insurance requirement Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim

Lot 5: Scaffolding

Turnover requirement GBP 250,000 for each of the last 2 financial years

Insurance requirement Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim

Lot 6: Electrical Specialist including Entry Systems

Turnover requirement GBP 750,000 for each of the last 2 financial years

Insurance requirement Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim

Lot 7: Laundry Equipment

Turnover requirement GBP 75,000 for each of the last 2 financial years

Insurance requirement Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim

Lot 8: UPVC Windows and Doors

Turnover requirement GBP 2,000,000 for each of the last 2 financial years

Insurance requirement Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim

Lot 9: Small Jobs

Turnover requirement GBP 75,000 for each of the last 2 financial years

Insurance requirement Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim

Lot 10: Void Property and Maintenance

Turnover requirement GBP 750,000 for each of the last 2 financial years

Insurance requirement Employer’s(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim

Ratios

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.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

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.

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2026/S 000-004834

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/04/2026

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: 29/04/2026

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

Supplier Development Programme and West Dunbartonshire Council hosted a Talking Tenders webinar to provide an overview of the project, see link below to slides from session:

https://youtu.be/yM-EvaZTdjo

Supplier Development Programme are hosting an Aligned Tender Training webinar to provide an overview of How to use PCS & PCS-T to bid for this opportunity, see link below to register:

https://www.sdpscotland.co.uk/events/west-dunbartonshire-council-provision-of-building-services-2016/

Wednesday 25 March 2026, 10:30am

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30975. 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:825465)

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

24/03/2026

Coding

Commodity categories

ID Title Parent category
35121700 Alarm systems Security equipment
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
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
71315000 Building services Consultative engineering and construction services
45213100 Construction work for commercial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
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
45342000 Erection of fencing Fencing, railing and safety equipment installation work
45340000 Fencing, railing and safety equipment installation work Building installation work
44112200 Floor coverings Miscellaneous building structures
45432100 Floor laying and 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
77314000 Grounds maintenance services Planting and maintenance services of green areas
45421110 Installation of door and window frames Joinery work
45421100 Installation of doors and windows and related components Joinery work
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
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
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
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
71324000 Quantity surveying services Engineering design services
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
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
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
71355000 Surveying services Engineering-related scientific and technical services
45332200 Water plumbing work Plumbing and drain-laying work
44221000 Windows, doors and related items Builders joinery

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.