Section one: Contracting authority
one.1) Name and addresses
Angus Council
1 Trades Lane
COUPAR ANGUS
PH139DN
Contact
NEIL GRAY
Telephone
+44 1307492028
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
National registration number
NUTUKM71
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.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
Annual Servicing and Maintenance of Gas Heating Installations 2025 to 2031
Reference number
60501352/1353
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Annual Servicing and Maintenance of Gas Heating installations to Angus Council housing properties. Contracts are in two lots, each lot runs from 1 April 2025 to 31 March 2027 with the option of a further 2 x two year extensions concluding 31 March 2031.
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 all lots
two.2) Description
two.2.1) Title
Contract One: Angus wide area minus Forfar and Kirriemuir areas
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus Area minus Forfar and Kirriemuir
two.2.4) Description of the procurement
Procurement will be through Public Contract Scotland portal.
two.2.5) Award criteria
Quality criterion - Name: Management and supervision / Weighting: 5
Quality criterion - Name: Resources and Administration / Weighting: 5
Quality criterion - Name: Quality and Performance / Weighting: 5
Quality criterion - Name: Level of Technology / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fair Working Practices / Weighting: 5
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The initial contract will be for two years with mutual option to extend for two extension periods of two years each (up to four years maximum contract extension)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Bidders must be a current member of national gas safe register
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
To manage the risk to Angus Council, the tenderer who submits the MEAT tender for Lot 1 will not be awarded Lot 2. If the same tenderer receives the highest score in both contracts they will be awarded Contract 1 as the largest Lot with second placed tenderer for Contract 2 awarded Contract 2. Contractor for each Lot will provide interim default cover for other Lot in event of contractor failure.
two.2) Description
two.2.1) Title
Contract Two: Forfar and Kirriemuir areas
Lot No
2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Forfar and Kirriemuir regions of Angus Council
two.2.4) Description of the procurement
Procurement will be through Public Contract Scotland portal.
two.2.5) Award criteria
Quality criterion - Name: Management and Supervision / Weighting: 5
Quality criterion - Name: Resources and Administration / Weighting: 5
Quality criterion - Name: Quality and Performance / Weighting: 5
Quality criterion - Name: Level of Technnology / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fair Working Practices / Weighting: 5
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The initial contract will be for 2 years with mutual options to extend for 2 extension periods of 2 years each (up to 4 years maximum contract extension)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Tenderers must be current member of national gas safe register.
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
To manage the risk to Angus Council, the tenderer who submits the MEAT tender for Lot 1 will not be awarded Lot 2. If the same tenderer receives the highest score in both contracts they will be awarded Contract 1 as the largest Lot with second placed tenderer for Contract 2 awarded Contract 2. Contractor for each Lot will provide interim default cover for other Lot in event of contractor failure.
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
4A.1 Bidders to provide a certificate from the Registrar of Companies (Companies House) stating that they are certified as incorporated or registered.
Bidders to provide Membership/Licence details for Heating Work and Electrical Works as follows -
HEATING WORKS - In accordance with the Gas Safety (Installation and Use) Regulations 1998 all GAS INSTALLATION and REPAIR WORKS must be carried out by contractors who are registered members of the Gas Safe Register. In addition all gas fitting operatives must have been assessed, tested and hold current certificates of competence in the appropriate area of gas work to be carried out. The Gas Safe registration number to be listed in the ESPD.
ELECTRICAL WORKS - contractors must be currently enrolled with the National Inspection Council for Electrical Installation Contracting (NICEIC) or be a current member of the Electrical Contractors' Association of Scotland (SELECT) (or European equivalent of either organisation). The registration/membership number and organisation to be listed in the ESPD.
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded
contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = GBP 10,000,000
Public Liability Insurance = GBP 5,000,000
Product Liability Insurance = GBP 5,000,000
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Refer to main Invitation To Tender documents including sub-contracting, community benefits etc.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
10 December 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 January 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: August 2030
six.3) Additional information
To manage the risk to Angus Council, the tenderer who submits the most economically advantageous tender for Contract 1 (Lot 1) will not be awarded Contract 2 (Lot 2). If the same tenderer receives the highest score in both contracts they will be awarded Contract 1 as the largest Lot with the second placed tenderer for Contract 2 being awarded Contract 2.
TUPE (Transfer of Undertakings - Protection of Employment) may apply to both Contracts 1 & 2. Details to be included in the tender documents.
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=504820.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. User guides are available on the Public Contracts Scotland portal and it is advised that bidders read these prior to submitting their response. 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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Sub-contracting will be dealt with as part of the main ITT documents
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The successful Contractor will be required to provide in their tender submission a Community Benefits Plan and a Community Benefits Method Statement. Bidders
are requested to indicate in their tender submission the number of apprentices they currently employ in relation to the number of site based staff.
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=782112.
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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Sub Contract information will be included with the ITT procurement documents.
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:
Information on Community benefits will be included as part of the ITT procurement documents
(SC Ref:782112)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=782112
six.4) Procedures for review
six.4.1) Review body
Forfar Sheriff Court
Forfar
DD8 3LA
Country
United Kingdom