Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
UK
Contact person: Colin Maciver
Telephone: +44 1467539600
E-mail: comaciver@aberdeencity.gov.uk
NUTS: UKM50
Internet address(es)
Main address: http://www.aberdeencity.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
External & Communal Pre Construction Services and Works to Houses Framework Rev01 CRN00039877
Reference number: CRN00039877
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
External & Communal Pre Construction Services and Works to Houses Framework
Rev01
Multiple Supplier Framework (of up to three contractors per Lot) to undertake various services and works related to improvement and planned maintenance works, by means of Pre-construction Services Call-offs and Works Call-offs.
This Framework is to be split into 3no Lots as follows:
LOT 1, Pre-Construction Services and External works, to low rise properties
LOT 2, Pre-Construction Services and External works, to high rise properties
LOT 3, Pre-Construction Services and Communal works, to low rise and high rise properties
The following descriptions are indicative of the types of services and works that may be commissioned under each Lot. In addition, other similar services and works may also be commissioned.
Bidders should note that the estimated value below consists of the provisional budget allocated within the capital plan for all contractors.
The actual value per contractor will be expected to be a much smaller proportion following distribution of work amongst an anticipated 3no framework contractors per lot. Work and budgets per contractor will also be affected by work carried out by direct in-house resources, contingency allowances, non-access to properties, efficiency savings, and subject to regular reviews and re-allocations of priorities by the Council.
The non-binding target is that each framework contractor would receive approximately:
Lot1 GBP2-4Million of work turnover per year;
Lot2 GBP1-2Million of work turnover per year;
Lot3 GBP0.3-1Million of work turnover per year;
The framework contractors will also be required to perform to the council's key performance indicator targets, and community benefits expectations (described elsewhere)
Types of work that may be awarded to framework contractors, but is non-binding, is detailed below:
LOT 1 Pre-Construction Services and External works, to low rise properties
Repairs and/or installation of:
external masonry, concrete and joinery
flat and pitched roof coverings,
external and cavity wall insulation, and related works
Door/window/screen replacements
Photo voltaic panels and/or air source heat pumps
Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works
Utility company coordination so as to reposition and/or replace gas pipework, meters etc
Any other relevant services or works
LOT 2 Pre-Construction Services and External works, to high rise properties
Repairs and/or installation of:
external masonry, concrete and joinery
flat roof coverings
external and cavity wall insulation, and related works
Door/window/screens
Repairs and/or renewing lightning protection and roof ventilation fans
Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works
Any other relevant services or works
LOT 3 Pre-Construction Services and Communal works, to low rise and high rise properties
Repairs and/or installation of:
Communal door/window/screens
Foyer/communal hall/stair upgrading
Firestopping, smoke control ventilation
Below and above ground drainage
lightning protection and mechanical ventilation
door entry systems and communal lighting
electrical switchgear, distribution and containment
fire/smoke detection
fire alarms
fire suppression systems
Communal potable water tank replacements
Communal space heating replacements
Communal hot & cold water services replacements
Automatic Controls for communal mechanical and electrical services
Fire Panel Controls for communal fire protection
Lift replacements
Any other relevant services or works
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
II.2) Description
Lot No: 1
II.2.1) Title
LOT 1, Pre-Construction Services and External works, to low rise properties
II.2.2) Additional CPV code(s)
44112400
45260000
45261200
45261210
45261211
45261212
45261213
45261214
45261900
45261910
45261920
45261410
45321000
45421130
44221000
45421132
45262330
II.2.3) Place of performance
NUTS code:
UKM50
II.2.4) Description of the procurement
Types of work that may be awarded to framework contractors, but is non-binding, is detailed below:
LOT 1 Pre-Construction Services and External works, to low rise properties
Capital repairs, pre-construction services, and/or installation of:
external masonry, concrete and joinery
flat and pitched roof coverings,
external and cavity wall insulation, and related works
Door/window/screen replacements
Photo voltaic panels and/or air source heat pumps
Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works
Utility company coordination so as to reposition and/or replace gas pipework, meters etc
Any other relevant services or works
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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:
Two optional 1-year extensions.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Scoring assessment of SPD.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot 2 Pre-Construction Services and External works, to high rise properties
II.2.2) Additional CPV code(s)
45262330
45262522
45260000
45261210
45421132
45421130
45312310
31216200
45312311
45331200
45331210
45232451
45232452
45111240
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeen City
II.2.4) Description of the procurement
LOT 2 Pre-Construction Services and External works, to high rise properties
Capital repairs, pre-construction services, and/or installation of:
external masonry, concrete and joinery
flat roof coverings
external and cavity wall insulation, and related works
Door/window/screens
Repairs and/or renewing lightning protection and roof ventilation fans
Any other relevant services and works.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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:
Two optional 1-year extensions
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Assessment of SPD responses.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
LOT 3 Pre-Construction Services and Communal works, to low rise and high rise properties
II.2.2) Additional CPV code(s)
45421130
45421132
45453000
45453100
45451000
44112200
45432111
45312100
45343000
45343100
51700000
38431200
42521000
45111240
45232450
45232452
45312310
45312311
45331210
42520000
45310000
45311100
45311000
31518200
31625000
35111500
44611500
45331100
45259300
31200000
42961100
42416100
45313100
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeen City
II.2.4) Description of the procurement
LOT 3 Pre-Construction Services and Communal works, to low rise and high rise properties
Capital repairs, pre-construction services, and/or installation of:
Communal door/window/screens
Foyer/communal hall/stair upgrading
Firestopping, smoke control ventilation
Below and above ground drainage
lightning protection and mechanical ventilation
door entry systems and communal lighting
electrical switchgear, distribution and containment
fire/smoke detection
fire alarms
fire suppression systems
Communal potable water tank replacements
Communal space heating replacements
Communal hot & cold water services replacements
Automatic Controls for communal mechanical and electrical services
Fire Panel Controls for communal fire protection
Lift replacements
Any other relevant services or works
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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:
Two optional 1-year extensions
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Assessment of SPD Submissions.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Restricted 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.
Envisaged maximum number of participants to the framework agreement: 9
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:
03/12/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
12/12/2025
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)
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=814852.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
Additional community benefits plan to follow as part of the ITT process.
(SC Ref:814852)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=814852
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sheriff Court and Justice of the Peace Court
Aberdeen
UK
VI.5) Date of dispatch of this notice
05/11/2025