Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 25th Mar 2025
Reference | ocds-h6vhtk-04f872 |
Common Procurement Vocabulary | Repair and maintenance services of electrical and mechanical building installations |
Procurement Method | Open procedure |
Value | £465,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 25th Mar 2025
Reference | ocds-h6vhtk-04f872 |
Common Procurement Vocabulary | Repair and maintenance services of electrical and mechanical building installations |
Procurement Method | Open 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
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
enquiries [at] scotscourts.gov.uk
Telephone
+44 1314443300
Country
United Kingdom