Tender

External Building Fabric Upgrades

  • West Dunbartonshire Council

F02: Contract notice

Notice identifier: 2025/S 000-030611

Procurement identifier (OCID): ocds-h6vhtk-054480

Published 6 June 2025, 2:09pm



Section one: Contracting authority

one.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Email

corporate.procurement@west-dunbarton.gov.uk

Telephone

+44 1389737000

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

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

Buyer's address

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

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

External Building Fabric Upgrades

Reference number

2526-02

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Council have ambitious plans to improve the living conditions of our tenants whilst improving assets and have significant external works investment programmes in place over the coming years.

Contractors will be required to carryout external works including external wall insulation with rendered finish and pitched roofing work programmes; providing the necessary access equipment to safely carryout the work. They will have appropriate certifications in relation to all aspects of associated works and tasks including all areas of the fabric and fixtures of properties and common areas of blocks.

They will be required to achieve the Councils’ investment programme carrying out notifiable work ensuring this is carried out in a timely manner which ensures best value.

In order to meet the Council programme, where necessary, contractors will apply for appropriate warrants. Contractors will have all legal accreditations and qualifications in order to carryout work providing evidence of same. Contractors must provide evidence in Section 4.C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria Failure to do so will result in exclusion from the tender.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

two.2.4) Description of the procurement

The Council have ambitious plans to improve the living conditions of our tenants whilst improving assets and have significant external works investment programmes in place over the coming years.

Contractors will be required to carryout external works including external wall insulation with rendered finish and pitched roofing work programmes; providing the necessary access equipment to safely carryout the work. They will have appropriate certifications in relation to

all aspects of associated works and tasks including all areas of the fabric and fixtures of properties and common areas of blocks.

They will be required to achieve the Councils’ investment programme carrying out notifiable work ensuring this is carried out in a timely manner which ensures best value.

In order to meet the Council programme, where necessary, contractors will apply for appropriate warrants. Contractors will have all legal accreditations and qualifications in order to carryout work providing evidence of same. Contractors must provide evidence in Section 4.C

of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria Failure to do so will result in exclusion from the tender.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

4B.1.2 & 4B. 2.2 Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than 6,000,000, GBP.

Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing.

- (Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1.

- (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage.

- (Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.

WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected.

Insurance Requirements

Employer’s(Compulsory)Liability Insurance = statutory minimum GBP 10M each and every claim

Public Liability Insurance = minimum GBP 10M each and every claim

Public indemnity Insurance = minimum GBP 2M

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

With reference to SPD question 4C.1, bidders will be required to provide 3 examples that demonstrate that they have the relevant experience and capacity of delivering External Building Fabric Upgrades works or similar project types


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

8 July 2025

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

8 July 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29046. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Tenderers must download the attached document "WD19 Social Benefits in Procurement Questionnaire" and insert details of the Social Benefit Outcomes offered for the duration of this contract and then re-attach the completed WD19 Questionnaire to the relevant question within PCS-Tender

(SC Ref:801049)

six.4) Procedures for review

six.4.1) Review body

Dumbarton Sheriff Court and Justice of the Peace Court

Sheriff Court House, Church Street

Dumbarton

G82 1QR

Country

United Kingdom