- Scope of the procurement
- Lot 2. Flooring
- Lot 3. Metal Fabrications
- Lot 4. Scaffold
- Lot 5. Electrical Specialist including entry systems and alarms
- Lot 6. Commercial Heating, Ventilation and Air Conditioning (HVAC) Including General Mechanical specialists
- Lot 7. Laundry Equipment
- Lot 8. Plumbing
- Lot 1. Landscaping including the provision of resin path
- Lot 9. Small Jobs
- Lot 10. Asbestos Removal
- Lot 11. External Building Fabric upgrades
Section one: Contracting authority
one.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
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