Tender

Subcontractors and Specialist Contractors for Building Services

  • West Dunbartonshire Council

F02: Contract notice

Notice identifier: 2022/S 000-005804

Procurement identifier (OCID): ocds-h6vhtk-031d45

Published 3 March 2022, 9:35am



Section one: Contracting authority

one.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Email

CorporateProcurementUnit@west-dunbarton.gov.uk

Telephone

+44 1389737000

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

https://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Subcontractors and Specialist Contractors for Building Services

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £23,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Flooring

Lot No

2

two.2.2) Additional CPV code(s)

  • 44112200 - Floor coverings
  • 45432110 - Floor-laying work
  • 45432130 - Floor-covering work
  • 45432100 - Floor laying and covering work

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £330,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Metal Fabrications

Lot No

3

two.2.2) Additional CPV code(s)

  • 45223100 - Assembly of metal structures
  • 45223110 - Installation of metal structures
  • 45233160 - Paths and other metalled surfaces
  • 45262670 - Metalworking

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £195,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Scaffold

Lot No

4

two.2.2) Additional CPV code(s)

  • 44212310 - Scaffolding
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 44212317 - Scaffolding structures
  • 44212315 - Equipment for scaffolding

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £2,300,000

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Electrical Specialist including entry systems and alarms

Lot No

5

two.2.2) Additional CPV code(s)

  • 45311000 - Electrical wiring and fitting work
  • 45310000 - Electrical installation work
  • 42992000 - Special-purpose electrical goods
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 45317000 - Other electrical installation work
  • 50116100 - Electrical-system repair services
  • 71314100 - Electrical services
  • 35121700 - Alarm systems
  • 79711000 - Alarm-monitoring services

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £1,800,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

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

Lot No

6

two.2.2) Additional CPV code(s)

  • 39715200 - Heating equipment
  • 42131110 - Central-heating radiator valves
  • 39715210 - Central-heating equipment
  • 42515000 - District heating boiler
  • 44115200 - Plumbing and heating materials
  • 44163121 - Heating pipes
  • 44620000 - Central-heating radiators and boilers and parts
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45331100 - Central-heating installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45259300 - Heating-plant repair and maintenance work
  • 50720000 - Repair and maintenance services of central heating
  • 50721000 - Commissioning of heating installations
  • 71314310 - Heating engineering services for buildings

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £1,400,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Laundry Equipment

Lot No

7

two.2.2) Additional CPV code(s)

  • 42716000 - Laundry washing, dry-cleaning and drying machines
  • 51543400 - Installation services of laundry washing, dry-cleaning and drying machines
  • 98311100 - Laundry-management services
  • 98311200 - Laundry-operation services

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £195,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Plumbing

Lot No

8

two.2.2) Additional CPV code(s)

  • 39715300 - Plumbing equipment
  • 45332200 - Water plumbing work
  • 45332000 - Plumbing and drain-laying work
  • 45330000 - Plumbing and sanitary works
  • 45232452 - Drainage works
  • 45111240 - Ground-drainage work

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £300,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Landscaping including the provision of resin path

Lot No

1

two.2.2) Additional CPV code(s)

  • 77310000 - Planting and maintenance services of green areas
  • 77313000 - Parks maintenance services
  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £3,100,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Small Jobs

Lot No

9

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 45440000 - Painting and glazing work
  • 45261221 - Roof-painting work
  • 45442110 - Painting work of buildings
  • 45261220 - Roof-painting and other coating work
  • 45442121 - Painting work of structures
  • 45442180 - Repainting work
  • 45442190 - Paint-stripping work
  • 45332200 - Water plumbing work
  • 45332000 - Plumbing and drain-laying work
  • 45333000 - Gas-fitting installation work
  • 45333100 - Gas regulation equipment installation work
  • 50413100 - Repair and maintenance services of gas-detection equipment
  • 50411200 - Repair and maintenance services of gas meters
  • 45210000 - Building construction work
  • 45213100 - Construction work for commercial buildings
  • 45262700 - Building alteration work
  • 50700000 - Repair and maintenance services of building installations
  • 71324000 - Quantity surveying services
  • 71355000 - Surveying services
  • 71421000 - Landscape gardening services
  • 45112712 - Landscaping work for gardens
  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261210 - Roof-covering work
  • 45410000 - Plastering work
  • 45421000 - Joinery work
  • 45421150 - Non-metal joinery installation work

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £1,300,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Asbestos Removal

Lot No

10

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £768,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

External Building Fabric upgrades

Lot No

11

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45262700 - Building alteration work
  • 45262690 - Refurbishment of run-down buildings
  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations
  • 45320000 - Insulation work
  • 45261410 - Roof insulation work

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

West Dunbartonshire

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 possibly 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

three.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 possibly 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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

6 April 2022

Local time

10:00am

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

6 April 2022

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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)

six.4) Procedures for review

six.4.1) Review body

Dumbarton Sheriff Court and Justice of the Peace Court

Sheriff Court House, Church Street

Dunbarton

G82 1QR

Country

United Kingdom