Tender

Annual Servicing and Maintenance of Gas Heating Installations 2025 to 2031

  • Angus Council

F02: Contract notice

Notice identifier: 2024/S 000-035463

Procurement identifier (OCID): ocds-h6vhtk-04b33e

Published 1 November 2024, 12:07pm



Section one: Contracting authority

one.1) Name and addresses

Angus Council

1 Trades Lane

COUPAR ANGUS

PH139DN

Contact

NEIL GRAY

Email

grayn@angus.gov.uk

Telephone

+44 1307492028

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

National registration number

NUTUKM71

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.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

Internet address

http://www.angus.gov.uk