Tender

Mechanical Services Framework

  • Dundee City Council
  • Angus Council
  • Perth & Kinross Council

F02: Contract notice

Notice identifier: 2024/S 000-026189

Procurement identifier (OCID): ocds-h6vhtk-041ab1

Published 16 August 2024, 3:38pm



The closing date and time has been changed to:

25 September 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1NZ

Contact

Donna

Email

donna.johnston@dundeecity.gov.uk

Telephone

+44 1382432288

Country

United Kingdom

NUTS code

UKM7 - Eastern Scotland

Internet address(es)

Main address

www.dundeecity.gov.uk

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

Email

procurement@angus.gov.uk

Telephone

+44 3452777778

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.angus.gov.uk/

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

Email

contracts@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

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

Email

enquiries@scotcourts.gov.uk

Country

United Kingdom