Section one: Contracting authority
one.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1NZ
Contact
Donna
donna.johnston@dundeecity.gov.uk
Telephone
+44 1382432288
Country
United Kingdom
NUTS code
UKM7 - Eastern Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
one.1) Name and addresses
Angus Council
Angus House, Orchardbank Business Park
Forfar
DD8 1AN
Telephone
+44 3452777778
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/Default.aspx
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/Default.aspx
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publiccontractsscotland.gov.uk/Default.aspx
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
Mechanical Services Framework
Reference number
DCC/CD/166/23
two.1.2) Main CPV code
- 45331000 - Heating, ventilation and air-conditioning installation work
two.1.3) Type of contract
Works
two.1.4) Short description
Heating Works
Ventilation Works
Sprinkler Works
External Plumbing Works
Supply and installation of Mechanical Services for Commercial Properties
two.1.5) Estimated total value
Value excluding VAT: £11,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
30
two.2) Description
two.2.1) Title
Dundee - Heating Works under 1M GBP
Lot No
1
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
Plumbing Installations -Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating
Gas Services
Thermal Insulation
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Sustain Management of Product Supply Logistic / Weighting: 7
Quality criterion - Name: Ensuring continuity of Delivery / Weighting: 7
Quality criterion - Name: Resourcing of Requirements / Weighting: 7
Quality criterion - Name: Programme of Work / Weighting: 7
Quality criterion - Name: Community Benefits Q1 / Weighting: 1
Quality criterion - Name: Community Benefits Q2 / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
option to extend for 12 Months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Dundee - Heating Works 1M GBP and Over
Lot No
2
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
Plumbing Installations -Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating
Gas Services
Thermal Insulation
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Dundee - Ventilation Works under 1M GBP
Lot No
3
two.2.2) Additional CPV code(s)
- 45331210 - Ventilation installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
Ventilation Installations
Thermal Insulation
Air Conditioning
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Dundee - Ventilation Works 1M GBP and over
Lot No
4
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
Ventilation Installations
Thermal Insulation
Air Conditioning
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Dundee - Sprinkler Works under 1M GBP
Lot No
5
two.2.2) Additional CPV code(s)
- 45343230 - Sprinkler systems installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
Thermal Insulation
Sprinkler System - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Dundee - Sprinkler Works 1M GBP and over
Lot No
6
two.2.2) Additional CPV code(s)
- 45343230 - Sprinkler systems installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
Thermal Insulation
Sprinkler System - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Dundee - External Plumbing Works Under 1M GBP
Lot No
7
two.2.2) Additional CPV code(s)
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Dundee - External Plumbing Works 1M GBP and over
Lot No
8
two.2.2) Additional CPV code(s)
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Dundee - Supply and installation of Mechanical Services for Commercial Properties under 1M GBP
Lot No
9
two.2.2) Additional CPV code(s)
- 39715200 - Heating equipment
- 45332200 - Water plumbing work
- 45343230 - Sprinkler systems installation work
- 45331200 - Ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
Plumbing Installations -Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating
Gas Services
Thermal Insulation
Ventilation Installation
Air Conditioning
Sprinkler Systems - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Dundee - Supply and Installation of Mechanical Services for Commercial Properties 1M GBP and over
Lot No
10
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45343230 - Sprinkler systems installation work
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
Plumbing Installation - Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating
Gas Services
Thermal Insulation
Ventilation Installation
Air Conditioning
Sprinkler Systems - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Angus - Heating Works under 1M GBP
Lot No
11
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus
two.2.4) Description of the procurement
Plumbing Installations -Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating)
Gas Services
Thermal Insulation
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Angus - Heating Works 1M GBP and over
Lot No
12
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus
two.2.4) Description of the procurement
Plumbing Installations -Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating)
Gas Services
Thermal Insulation
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Angus - Ventilation Works under 1M GBP
Lot No
13
two.2.2) Additional CPV code(s)
- 45331200 - Ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus
two.2.4) Description of the procurement
Ventilation Installations
Thermal Insulation
Air Conditioning
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Angus - Ventilation Works 1M GBP and over
Lot No
14
two.2.2) Additional CPV code(s)
- 45331200 - Ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
two.2.4) Description of the procurement
Ventilation Installations
Thermal Insulation
Air Conditioning
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Angus - Sprinkler Works under 1M GBP
Lot No
15
two.2.2) Additional CPV code(s)
- 45343230 - Sprinkler systems installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus
two.2.4) Description of the procurement
Thermal Insulation
Sprinkler System - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Angus - Sprinkler Works 1M GBP and over
Lot No
16
two.2.2) Additional CPV code(s)
- 45343230 - Sprinkler systems installation work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus
two.2.4) Description of the procurement
Thermal Insulation
Sprinkler System - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Angus - External Plumbing Works under 1M GBP
Lot No
17
two.2.2) Additional CPV code(s)
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus
two.2.4) Description of the procurement
External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Angus - External Plumbing Works 1M GBP and over
Lot No
18
two.2.2) Additional CPV code(s)
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus
two.2.4) Description of the procurement
External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Angus - Supply and Installation of Mechanical Services for Commercial Properties Under 1M GBP
Lot No
19
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45343230 - Sprinkler systems installation work
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus
two.2.4) Description of the procurement
Plumbing Installations -Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating
Gas Services
Thermal Insulation
Ventilation Installation
Air Conditioning
Sprinkler Systems - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Angus - Supply and Installation of Mechanical Services for Commercial Properties 1M GBP and over
Lot No
20
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45343230 - Sprinkler systems installation work
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus
two.2.4) Description of the procurement
Plumbing Installations -Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating
Gas Services
Thermal Insulation
Ventilation Installation
Air Conditioning
Sprinkler Systems - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Perth & Kinross - Heating Works under 1M GBP
Lot No
21
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth
two.2.4) Description of the procurement
Plumbing Installations -Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating)
Gas Services
Thermal Insulation
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Perth & Kinross - Heating Works 1M GBP and over
Lot No
22
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross
two.2.4) Description of the procurement
Plumbing Installations -Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating)
Gas Services
Thermal Insulation
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Perth & Kinross - Ventilation Works under 1M GBP
Lot No
23
two.2.2) Additional CPV code(s)
- 45331200 - Ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross
two.2.4) Description of the procurement
Ventilation Installations
Thermal Insulation
Air Conditioning
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Perth & Kinross - Ventilation Works 1M GBP and over
Lot No
24
two.2.2) Additional CPV code(s)
- 45331200 - Ventilation and air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinrossa
two.2.4) Description of the procurement
Ventilation Installations
Thermal Insulation
Air Conditioning
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Perth & Kinross - Sprinkler Works under 1M GBP
Lot No
25
two.2.2) Additional CPV code(s)
- 45343230 - Sprinkler systems installation work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross
two.2.4) Description of the procurement
Thermal Insulation
Sprinkler System - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Perth & Kinross - Sprinkler Works 1M GBP and over
Lot No
26
two.2.2) Additional CPV code(s)
- 45343230 - Sprinkler systems installation work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross
two.2.4) Description of the procurement
Thermal Insulation
Sprinkler System - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Perth & Kinross - External Plumbing Works under 1M GBP
Lot No
27
two.2.2) Additional CPV code(s)
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross
two.2.4) Description of the procurement
External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Perth & Kinross - External Plumbing Works 1M GBP and over
Lot No
28
two.2.2) Additional CPV code(s)
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross
two.2.4) Description of the procurement
External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Perth & Kinross - Supply & Installation of Mechanical Services for Commercial Properties Under 1M GBP
Lot No
29
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45343230 - Sprinkler systems installation work
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross
two.2.4) Description of the procurement
Plumbing Installations -Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating
Gas Services
Thermal Insulation
Ventilation Installation
Air Conditioning
Sprinkler Systems - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
two.2) Description
two.2.1) Title
Perth & Kinross - Supply and installation of Mechanical Services for Commercial Properties 1M GBP and over
Lot No
30
two.2.2) Additional CPV code(s)
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45343230 - Sprinkler systems installation work
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross
two.2.4) Description of the procurement
Plumbing Installations -Incoming Water/fire (WIRS-inc Scottish Water application)
LTHW Heating Installations - (Underfloor Heating
Gas Services
Thermal Insulation
Ventilation Installation
Air Conditioning
Sprinkler Systems - LPCB Design required
Automatic Controls
two.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 9
Quality criterion - Name: Resourcing Requirements / Weighting: 7
Quality criterion - Name: Sustainable Management of Product Supply Logistics / Weighting: 7
Quality criterion - Name: Ensuring Continuity of Delivery / Weighting: 7
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Specified Community Benefits / Weighting: 1
Quality criterion - Name: Additional Community Benefits / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 1
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a period of 12 months
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.2.14) Additional information
Price/Quality Split is 60:40
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Lots 1,2,11,12,21 & 22 (Heating)
Membership of BESA
Gas Safe accreditation
Lots 3,4,13,14,23 & 24 (Ventilation)
General Ventilation accreditation, membership of BESA
Air-Conditioning, MCS, REFCOM, The Institute of Refrigeration, Associated Air-Conditioning & Refrigeration Contractors Organisation and or British Refrigeration Association BRA
Lot 5,6,15,16,25 & 26 (Sprinklers)
Membership of LPCB, BAFSA, IFC, RSA and or FPA
Lot 7,8,17,18,27 & 28 (External Plumbing work)
General accreditation, licensed under Lloyds WIRS & WIRSE Scheme
Lot 9,10,19,20,29 & 30. (all Mechanical Services works)
(All accreditations required for all Lots 1-30)
three.1.2) Economic and financial standing
List and brief description of selection criteria
1. Insurance Requirements:
The Bidder to confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the Contract Notice and SPD Module (Section 4B5a-4B5c)
2. Equifax Score 35 as indicated in Contract Notice and SPD Module (Section 4B6)
Minimum level(s) of standards possibly required
Level of Insurance Required:
SPD 4B.5.1a Professional Risk Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 2,000,000 GBP in respect of each and every claim
4B.5.2 Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim
4B.5.2 All other types of insurance listed in the Contract Notice Public Liability Insurance - covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5,000,000 GBP in respect of each claim
Equifax Score:
The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability.
Where the Tenderer does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability. Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide their audited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size.
As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tender response set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence: A business plan for a minimum 3-year trading period setting out projected annual average turnover; audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, and letter of support for the bidder’s bank setting out the level of financial support available to the business from the bank and for how long that is available.
A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and what information, such as a business plan for the period 01/04/2024 – 31/03/2027 was considered by the bank in deciding to make that support available. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all Questionnaire responses so the provision of as much information as possible is encouraged.
All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seek additional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference.
Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents Parent Company Guarantee.
Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Score check score of 35 or above.
three.1.3) Technical and professional ability
List and brief description of selection criteria
For public works contracts only, please provide 3 relevant examples of works carried out in the past five years:
Please provide relevant examples of works carried out during the last 5 years. This must include evidence of previous experience in carrying out installations similar in scale and complexity(all lots)
Minimum level(s) of standards possibly required
Lots 1,2,11,12,21 & 22 (Heating)
Automatic Controls; Supplier must have a proven track record in the business of designing, installing and maintaining superior quality computer based Building Energy Management Systems
Lots 3,4,13,14,23 & 24 (Ventilation)
Automatic Controls; Supplier must have a proven track record in the business of designing, installing and maintaining superior quality computer based Building Energy Management Systems
Lot 5,6,15,16,25 & 26 (Sprinklers)
Automatic Controls; Supplier must have a proven track record in the business of designing, installing and maintaining superior quality computer based Building Energy Management Systems
Lot 9,10,19,20,29 & 30. (all Mechanical Services works)
Please provide relevant examples of works carried out during the last 5 years. This must include evidence of previous experience in carrying out installations similar in scale and complexity for commercial and domestic properties (all lots)
three.2) Conditions related to the contract
three.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 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
Envisaged maximum number of participants to the framework agreement: 15
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-034040
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
18 September 2024
Local time
12:00pm
Changed to:
Date
25 September 2024
Local time
12:00pm
See the change notice.
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
Tender must be valid until: 29 November 2024
four.2.7) Conditions for opening of tenders
Date
18 September 2024
Local time
12:00pm
Place
PCS Electronic Post Box
Information about authorised persons and opening procedure
Procurement Category Officer
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: November 2028
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
Economic Operators may be excluded from the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015
The Tender Evaluation Methodology including scoring rate detailing the criteria and weightings can be found in the Tender documents (Appendix 4 - Tender Evaluation Methodology and Questionnaire).
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=769141.
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:
Bidders will be required to deliver one Community Benefit activity for every 150k GBP awarded through the Framework.
Community Benefit activity can include the following:
Awareness Raising Event for community group, college or school – this could include a wide range of activities which support learning and employability such as talks about environmental issues for school, college or university students or job seekers; training workshops carried out by contractors for target groups to raise awareness of their sector and its benefits and where appropriate the careers available, motivational talks, school talks, or to run events which tie in with a particular aspect of the curriculum.
Community Support Activity or Community Wish – the council is developing a Community Wishes approach which will gather and moderate requests for support for small community projects. These will be wide ranging but likely to include requests to provide materials or volunteer labour to support small community projects including community gardens, allotment projects or community clear ups.
Work Experience Opportunity – where appropriate to provide a work placement opportunity for a young person or adult on an appropriate programme. Support would be provided to identify an appropriate programme and candidate.
Mentoring Opportunity – provide a mentoring opportunity to a young person from Dundee on the MCR pathway mentoring programme. More information at https://mcrpathways.org/ Support would be provided to identify an appropriate school and candidate.
(SC Ref:769141)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=769141
six.4) Procedures for review
six.4.1) Review body
Dundee Sherriff Court and Justice of the Peace Court
Sherriff Court House, 6 West Bell Street
Dundee
DD1 9AD
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Scottish Courts House
Saughton House, Broomhouse
Edinburgh
EH11 3XD
Country
United Kingdom