ÐßÐßÊÓƵ

Construction Tenders

29 March 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 25th Mar 2025

Tender Details
Referenceocds-h6vhtk-04f872
Common Procurement VocabularyRepair and maintenance services of electrical and mechanical building installations
Procurement MethodOpen procedure
Value£465,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 25th Mar 2025

Tender Details
Referenceocds-h6vhtk-04f872
Common Procurement VocabularyRepair and maintenance services of electrical and mechanical building installations
Procurement MethodOpen procedure
Value£465,000

Section I: Contracting authority

I.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1QE

Contact

Ann Conway

Email

ann.conway [at] dundeecity.gov.uk

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

Buyer's address

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

Tender for the Servicing, Maintenance & Cleaning of Boilers, CHP Units, Burners & Flues (DCC/CD/396/24)

Reference number

DCC/CD/396/24

II.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

II.1.3) Type of contract

Services

II.1.4) Short description

The works shall comprise the routine servicing, maintenance and cleaning of Boilers, CHP Units, Burners, and Flues, together with urgent repair works and/or critical replacements which may not have been foreseen (for example, arising from damage or breakdowns).

II.1.5) Estimated total value

Value excluding VAT: £465,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50712000 - Repair and maintenance services of mechanical building installations

II.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Dundee

II.2.4) Description of the procurement

The works shall comprise the routine servicing, maintenance and cleaning of Boilers, CHP Units, Burners, and Flues, together with urgent repair works and/or critical replacements which may not have been foreseen (for example, arising from damage or breakdowns).

II.2.5) Award criteria

Quality criterion - Name: Compliance with Specification of Requirements / Weighting: Pass/Fail

Quality criterion - Name: CDM Construction, Design & Management Regulations 2015 / Weighting: Pass/Fail

Quality criterion - Name: Duty of Care, Health & Safety & Risk Management / Weighting: Pass/Fail

Quality criterion - Name: Site Specific Risk Assessment & Method Statement / Weighting: Pass/Fail

Quality criterion - Name: Health & Safety / Weighting: Pass/Fail

Quality criterion - Name: Resourcing / Weighting: Pass/Fail

Quality criterion - Name: Environment / Weighting: Pass/Fail

Quality criterion - Name: Resourcing of Requirements - Contract Resourcing / Weighting: 15

Quality criterion - Name: Resourcing of Requirements - Development / Weighting: 5

Quality criterion - Name: Continuous Improvement - Customer Care / Weighting: 6

Quality criterion - Name: Continous Improvement - Feedback / Weighting: 3

Quality criterion - Name: Resourcing of Requirements - TImescales / Weighting: 8

Quality criterion - Name: Resourcing of Requirements - DIsruption / Weighting: 5

Quality criterion - Name: Resourcing of Requirements - Emergency Call Out / Weighting: 10

Quality criterion - Name: Resourcing of Requirements - Programme of Works / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 1.5

Quality criterion - Name: Fair Work Practices / Weighting: 1.5

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £465,000

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

2 years, then a further 2 years

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


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

All electrical work shall be carried out by a Contractor within an approved body such as National Inspection Council for Electrical Installation Contracting (NICEIC) and/or the Trade Association or equivalent– a copy of Company accreditation should be supplied with the returned Tender.

III.1.2) Economic and financial standing

List and brief description of selection criteria

The Supplier shall have in force and shall require any sub-contractor to have in force:

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, and

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.

Minimum level(s) of standards possibly required

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.

III.1.3) Technical and professional ability

List and brief description of selection criteria

All electrical work shall be carried out by a Contractor within an approved body such as National Inspection Council for Electrical Installation Contracting (NICEIC) and / or a Trade Association or equivalent as approved by Dundee City Council– A copy of the Contractors valid certification must be returned with the Tender submission.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

25 April 2025

Local time

12:00pm

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

English

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

Tender must be valid until: 25 July 2025

IV.2.7) Conditions for opening of tenders

Date

25 April 2025

Local time

12:30pm

Place

Dundee

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: This will be re-procured in 7 years if extension options are utilised.

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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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:

Community benefits are included in this requirement. For more information see:

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

A summary of the expected community benefits has been provided as follows: It is a contract requirement for contractors to deliver the specified number of Community Benefit Outcomes for the duration of this contract. This will be calculated at a rate of 1 outcome per 100,000 GBP of spend. Please confirm your commitment to deliver Community Benefit activity and indicate what types of Community Benefit activity you intend to deliver If this is to include Community Wishes, please note that a link to the live system is below. Note that as the system is live those specific wishes may not be available at contract award. If this is the case another wish should be selected.

(SC Ref:794165)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

Dundee Sheriff & Justice of the Peace Court

6 West Bell Street

Dundee

DD1 9AD

Telephone

+44 1382229961

Country

United Kingdom

Internet address

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

Scottish Courts Service

Saughton House, Broomhouse Drive

Edinburgh

EH11 3XP

Email

enquiries [at] scotscourts.gov.uk

Telephone

+44 1314443300

Country

United Kingdom