Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Mechanical Services Framework

  • First published: 17 August 2024
  • Last modified: 17 August 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-041ab1
Published by:
Dundee City Council
Authority ID:
AA21980
Publication date:
17 August 2024
Deadline date:
18 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Heating Works

Ventilation Works

Sprinkler Works

External Plumbing Works

Supply and installation of Mechanical Services for Commercial Properties

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1NZ

UK

Contact person: Donna

Telephone: +44 1382432288

E-mail: donna.johnston@dundeecity.gov.uk

NUTS: UKM7

Internet address(es)

Main address: www.dundeecity.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220

I.1) Name and addresses

Angus Council

Angus House, Orchardbank Business Park

Forfar

DD8 1AN

UK

Telephone: +44 3452777778

E-mail: procurement@angus.gov.uk

NUTS: UKM71

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236

I.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

UK

Telephone: +44 1738475000

E-mail: contracts@pkc.gov.uk

NUTS: UKM77

Internet address(es)

Main address: http://www.pkc.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

I.2) Joint procurement

The contract involves joint procurement

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Mechanical Services Framework

Reference number: DCC/CD/166/23

II.1.2) Main CPV code

45331000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Heating Works

Ventilation Works

Sprinkler Works

External Plumbing Works

Supply and installation of Mechanical Services for Commercial Properties

II.1.5) Estimated total value

Value excluding VAT: 11 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 30 lots

II.2) Description

Lot No: 1

II.2.1) Title

Dundee - Heating Works under 1M GBP

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Sustain Management of Product Supply Logistic / Weighting: 7

Quality criterion: Ensuring continuity of Delivery / Weighting: 7

Quality criterion: Resourcing of Requirements / Weighting: 7

Quality criterion: Programme of Work / Weighting: 7

Quality criterion: Community Benefits Q1 / Weighting: 1

Quality criterion: Community Benefits Q2 / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 2

II.2.1) Title

Dundee - Heating Works 1M GBP and Over

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 3

II.2.1) Title

Dundee - Ventilation Works under 1M GBP

II.2.2) Additional CPV code(s)

45331210

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee

II.2.4) Description of the procurement

Ventilation Installations

Thermal Insulation

Air Conditioning

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 4

II.2.1) Title

Dundee - Ventilation Works 1M GBP and over

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee

II.2.4) Description of the procurement

Ventilation Installations

Thermal Insulation

Air Conditioning

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 5

II.2.1) Title

Dundee - Sprinkler Works under 1M GBP

II.2.2) Additional CPV code(s)

45343230

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee

II.2.4) Description of the procurement

Thermal Insulation

Sprinkler System - LPCB Design required

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 6

II.2.1) Title

Dundee - Sprinkler Works 1M GBP and over

II.2.2) Additional CPV code(s)

45343230

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee

II.2.4) Description of the procurement

Thermal Insulation

Sprinkler System - LPCB Design required

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 7

II.2.1) Title

Dundee - External Plumbing Works Under 1M GBP

II.2.2) Additional CPV code(s)

45332200

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee

II.2.4) Description of the procurement

External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 8

II.2.1) Title

Dundee - External Plumbing Works 1M GBP and over

II.2.2) Additional CPV code(s)

45332200

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee

II.2.4) Description of the procurement

External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 9

II.2.1) Title

Dundee - Supply and installation of Mechanical Services for Commercial Properties under 1M GBP

II.2.2) Additional CPV code(s)

39715200

45332200

45343230

45331200

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 10

II.2.1) Title

Dundee - Supply and Installation of Mechanical Services for Commercial Properties 1M GBP and over

II.2.2) Additional CPV code(s)

45331000

45331200

45343230

45332200

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 11

II.2.1) Title

Angus - Heating Works under 1M GBP

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 12

II.2.1) Title

Angus - Heating Works 1M GBP and over

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 13

II.2.1) Title

Angus - Ventilation Works under 1M GBP

II.2.2) Additional CPV code(s)

45331200

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus

II.2.4) Description of the procurement

Ventilation Installations

Thermal Insulation

Air Conditioning

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 14

II.2.1) Title

Angus - Ventilation Works 1M GBP and over

II.2.2) Additional CPV code(s)

45331200

II.2.3) Place of performance

NUTS code:

UKM71

II.2.4) Description of the procurement

Ventilation Installations

Thermal Insulation

Air Conditioning

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 15

II.2.1) Title

Angus - Sprinkler Works under 1M GBP

II.2.2) Additional CPV code(s)

45343230

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus

II.2.4) Description of the procurement

Thermal Insulation

Sprinkler System - LPCB Design required

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 16

II.2.1) Title

Angus - Sprinkler Works 1M GBP and over

II.2.2) Additional CPV code(s)

45343230

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus

II.2.4) Description of the procurement

Thermal Insulation

Sprinkler System - LPCB Design required

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 17

II.2.1) Title

Angus - External Plumbing Works under 1M GBP

II.2.2) Additional CPV code(s)

45332200

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus

II.2.4) Description of the procurement

External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 18

II.2.1) Title

Angus - External Plumbing Works 1M GBP and over

II.2.2) Additional CPV code(s)

45332200

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus

II.2.4) Description of the procurement

External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 19

II.2.1) Title

Angus - Supply and Installation of Mechanical Services for Commercial Properties Under 1M GBP

II.2.2) Additional CPV code(s)

45331000

45331200

45343230

45332200

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 20

II.2.1) Title

Angus - Supply and Installation of Mechanical Services for Commercial Properties 1M GBP and over

II.2.2) Additional CPV code(s)

45331000

45331200

45343230

45332200

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 21

II.2.1) Title

Perth & Kinross - Heating Works under 1M GBP

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 22

II.2.1) Title

Perth & Kinross - Heating Works 1M GBP and over

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth & Kinross

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 23

II.2.1) Title

Perth & Kinross - Ventilation Works under 1M GBP

II.2.2) Additional CPV code(s)

45331200

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth & Kinross

II.2.4) Description of the procurement

Ventilation Installations

Thermal Insulation

Air Conditioning

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 24

II.2.1) Title

Perth & Kinross - Ventilation Works 1M GBP and over

II.2.2) Additional CPV code(s)

45331200

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth & Kinrossa

II.2.4) Description of the procurement

Ventilation Installations

Thermal Insulation

Air Conditioning

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 25

II.2.1) Title

Perth & Kinross - Sprinkler Works under 1M GBP

II.2.2) Additional CPV code(s)

45343230

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth & Kinross

II.2.4) Description of the procurement

Thermal Insulation

Sprinkler System - LPCB Design required

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 26

II.2.1) Title

Perth & Kinross - Sprinkler Works 1M GBP and over

II.2.2) Additional CPV code(s)

45343230

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth & Kinross

II.2.4) Description of the procurement

Thermal Insulation

Sprinkler System - LPCB Design required

Automatic Controls

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 27

II.2.1) Title

Perth & Kinross - External Plumbing Works under 1M GBP

II.2.2) Additional CPV code(s)

45332200

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth & Kinross

II.2.4) Description of the procurement

External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 28

II.2.1) Title

Perth & Kinross - External Plumbing Works 1M GBP and over

II.2.2) Additional CPV code(s)

45332200

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth & Kinross

II.2.4) Description of the procurement

External Plumbing Installations - Incoming water/fire main (WIRS- incl. Scottish Water application)

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 29

II.2.1) Title

Perth & Kinross - Supply & Installation of Mechanical Services for Commercial Properties Under 1M GBP

II.2.2) Additional CPV code(s)

45331000

45331200

45343230

45332200

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth & Kinross

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Lot No: 30

II.2.1) Title

Perth & Kinross - Supply and installation of Mechanical Services for Commercial Properties 1M GBP and over

II.2.2) Additional CPV code(s)

45331000

45331200

45343230

45332200

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth & Kinross

II.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

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Contract and Quality of Service / Weighting: 9

Quality criterion: Resourcing Requirements / Weighting: 7

Quality criterion: Sustainable Management of Product Supply Logistics / Weighting: 7

Quality criterion: Ensuring Continuity of Delivery / Weighting: 7

Quality criterion: Programme of Works / Weighting: 7

Quality criterion: Specified Community Benefits / Weighting: 1

Quality criterion: Additional Community Benefits / Weighting: 1

Quality criterion: Fair Work First / Weighting: 1

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Price/Quality Split is 60:40

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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)

III.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 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.

III.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 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)

III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 15

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-034040

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

Date: 18/09/2024

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 29/11/2024

IV.2.7) Conditions for opening of tenders

Date: 18/09/2024

Local time: 12:00

Place:

PCS Electronic Post Box

Information about authorised persons and opening procedure:

Procurement Category Officer

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

November 2028

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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

VI.4) Procedures for review

VI.4.1) Review body

Dundee Sherriff Court and Justice of the Peace Court

Sherriff Court House, 6 West Bell Street

Dundee

DD1 9AD

UK

VI.4.4) Service from which information about the review procedure may be obtained

Scottish Courts House

Saughton House, Broomhouse

Edinburgh

EH11 3XD

UK

E-mail: enquiries@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

16/08/2024

Coding

Commodity categories

ID Title Parent category
39715200 Heating equipment Water heaters and heating for buildings; plumbing equipment
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45343230 Sprinkler systems installation work Fire-prevention installation works
45331200 Ventilation and air-conditioning installation work Heating, ventilation and air-conditioning installation work
45331210 Ventilation installation work Heating, ventilation and air-conditioning installation work
45332200 Water plumbing work Plumbing and drain-laying work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
donna.johnston@dundeecity.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.