Notice Information
Notice Title
Subcontractors and Specialist Contractors for Building Services
Notice Description
The provision is to give West Dunbartonshire Council a route to identify qualified multi-trade contractors and trade groups to deliver maintenance, routine servicing and emergency repairs to West Dunbartonshire Council buildings, including works to void properties in a multi-trade environment and a 24 hour 356 days emergency response service to be carried out in compliance with the contract conditions. Contractors will be required to provide details on how their organisation in terms of skill, qualifications and competence that fit and meet with the specification the skills. They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor's Scheme (SIA). The framework will consist of 10 lots. Bidders can submit and be appointed for more than one lot within the framework. The framework will operate on a ranked basis. If the top-ranked Measured Term Contractor is unable to undertake a call-off due to capacity or capability, the opportunity will be offered to the next-ranked provider. This process will continue down the list until a contractor can provide the service. The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order.
Lot Information
Groundworks and Landscaping
The scope of works and service requirements for the provision of groundworks and landscaping services across council owned land, including parks, open spaces, highways, housing estates, operational buildings, and other public assets including but not limited to, site preparation and excavation, drainage, hard landscaping, soil, turf and surfacing, soft landscaping to ground maintenance. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender
Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion.
Asbestos RemovalThe scope of services required are, to carry out UKAS accredited Asbestos works on projects that require Asbestos removals, encapsulation, or disposal. Contractors are also required to undertake Licensed and Non Licensed Work in addition to Notifiable Non Licenced Asbestos work in relation to all aspects and areas of the fabric of council Homes (including all blocks and common areas) including all services, utilities and apparatus contained within whether operational or redundant. To maintain service levels, at times, Asbestos works and follow on information is required in a timely manner to prevent delays to work. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.
Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion
FlooringThe scope of services and works, the contractor shall deliver comprehensive flooring works across various West Dunbartonshire Council buildings and facilities, working effectively within a multi trade environment. The scope of works includes, but is not limited to, removing, renewing, replacing, repairing and maintenance of surface finishes (Generally carpet and linoleum) in various West Dunbartonshire Council Building in a multi trade environment. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender
Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion
Fencing and Metal FabricationsThe scope of services required including but not limited to, installation, repair, and maintenance services for fencing, metalwork, and security features across all council properties and land. This includes supplying and installing various types of fencing and gates, carrying out repairs to damaged sections, and ensuring security and boundary structures remain safe and functional. The Contractor will also provide custom metal fabrication, including handrails, barriers, brackets, and other bespoke metal components, along with metal painting, protective coatings, and general refurbishment of existing metalwork. Additional services include installing and maintaining secure metal doors, and roller shutters, supporting daily operations and responsive works. All services must be delivered safely, in compliance with regulations, and coordinated within a multi trade working environment. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.
Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion
ScaffoldingThe scope of services includes but are not limited to, the Contractor shall provide all labour, plant, materials, and equipment necessary for the supply, installation, modification, inspection, and dismantling of scaffolding, temporary security fencing, and other access systems required to ensure safe access for works across council properties and sites. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.
Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion
Electrical Specialist including Entry SystemsThe Contractor will deliver specialist electrical installation, repair, and maintenance services across all West Dunbartonshire Council owned or operated buildings, including tenanted homes. This includes installing, upgrading, and maintaining electrical systems, lighting, power, consumer units, and associated components in line with all relevant regulations. The Contractor is also responsible for the installation, servicing, testing, and repair of alarm systems, including door entry systems, and emergency lighting, ensuring compliance with recognised standards. Services also include planned and reactive maintenance. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.
Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion
Laundry EquipmentThe Contractor scope of services will include but not be limited to, install, service, maintain, and repair laundry equipment across council buildings. This includes washing machines, dryers, presses, and any other equipment used for laundering clothing, bedding, uniforms, and materials such as tablecloths. Services cover delivery and installation, connection to utilities, routine servicing, planned maintenance, fault diagnosis, and reactive repairs. The contractor is responsible for ensuring equipment operates safely and efficiently, providing all necessary documentation, using qualified engineers, and coordinating with other trades where required. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.
Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion
UPVC Windows and DoorsThe scope of works and services will include but not limited to, the contractor shall provide the supply, installation of new UPVC units with appropriate glazing, seals, locking systems, and ventilation features, replacement units, and associated works for UPVC windows and doors across council owned and operated buildings, including residential properties, public facilities, and operational sites. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.
Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion
Small JobsThe services required are a range of local and specialist trade groups repair, maintenance, and minor works services across all council owned and operated buildings, facilities, and housing stock. These works are typically ad hoc small scale, responsive, or planned tasks requiring flexible trades support to maintain safe, functional, and well maintained properties. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.
Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion
Void Property and RefurbishmentThe services required of the contractor shall be to provide back-up support to our voids housing team when demand exceeds internal delivery capacity. All labour, materials, plant, and equipment required to deliver void property works for both internal refurbishments across council owned housing stock and associated assets. The aim is to ensure properties are made safe, compliant, habitable, and ready for re let within required timescales. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.
Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-060a02
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026613-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
42 - Industrial machinery
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
35121700 - Alarm systems
42716000 - Laundry washing, dry-cleaning and drying machines
44112200 - Floor coverings
44212310 - Scaffolding
44212315 - Equipment for scaffolding
44212317 - Scaffolding structures
44221000 - Windows, doors and related items
45112712 - Landscaping work for gardens
45210000 - Building construction work
45213100 - Construction work for commercial buildings
45223100 - Assembly of metal structures
45223110 - Installation of metal structures
45233160 - Paths and other metalled surfaces
45261210 - Roof-covering work
45261211 - Roof-tiling work
45261212 - Roof-slating work
45261220 - Roof-painting and other coating work
45261221 - Roof-painting work
45262100 - Scaffolding work
45262110 - Scaffolding dismantling work
45262120 - Scaffolding erection work
45262670 - Metalworking
45262700 - Building alteration work
45310000 - Electrical installation work
45311000 - Electrical wiring and fitting work
45311100 - Electrical wiring work
45311200 - Electrical fitting work
45317000 - Other electrical installation work
45332000 - Plumbing and drain-laying work
45332200 - Water plumbing work
45333000 - Gas-fitting installation work
45333100 - Gas regulation equipment installation work
45340000 - Fencing, railing and safety equipment installation work
45342000 - Erection of fencing
45410000 - Plastering work
45421000 - Joinery work
45421100 - Installation of doors and windows and related components
45421110 - Installation of door and window frames
45421150 - Non-metal joinery installation work
45432100 - Floor laying and covering work
45432110 - Floor-laying work
45440000 - Painting and glazing work
45442110 - Painting work of buildings
45442180 - Repainting work
45442190 - Paint-stripping work
50000000 - Repair and maintenance services
50116100 - Electrical-system repair services
50411200 - Repair and maintenance services of gas meters
50413100 - Repair and maintenance services of gas-detection equipment
50700000 - Repair and maintenance services of building installations
51543400 - Installation services of laundry washing, dry-cleaning and drying machines
71314100 - Electrical services
71315000 - Building services
71324000 - Quantity surveying services
71355000 - Surveying services
71421000 - Landscape gardening services
77310000 - Planting and maintenance services of green areas
77313000 - Parks maintenance services
77314000 - Grounds maintenance services
90650000 - Asbestos removal services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Mar 20261 weeks ago
- Submission Deadline
- 29 Apr 20264 weeks to go
- Future Notice Date
- 9 Mar 2026Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST DUNBARTONSHIRE COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- DUMBARTON
- Postcode
- G82 1QL
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM31 East Dunbartonshire and West Dunbartonshire
- Delivery Location
- TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond
-
- Local Authority
- West Dunbartonshire
- Electoral Ward
- Dumbarton
- Westminster Constituency
- West Dunbartonshire
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-060a02-2026-03-24T09:46:10Z",
"date": "2026-03-24T09:46:10Z",
"ocid": "ocds-h6vhtk-060a02",
"description": "Supplier Development Programme and West Dunbartonshire Council hosted a Talking Tenders webinar to provide an overview of the project, see link below to slides from session: https://youtu.be/yM-EvaZTdjo Supplier Development Programme are hosting an Aligned Tender Training webinar to provide an overview of How to use PCS & PCS-T to bid for this opportunity, see link below to register: https://www.sdpscotland.co.uk/events/west-dunbartonshire-council-provision-of-building-services-2016/ Wednesday 25 March 2026, 10:30am The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30975. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: Tenderers must download the attached document \"WD19 Social Benefits in Procurement Questionnaire\" and insert details of the Social Benefit Outcomes offered for the duration of this contract and then re-attach the completed WD19 Questionnaire to the relevant question within PCS-Tender (SC Ref:825465)",
"initiationType": "tender",
"tender": {
"id": "2526-40",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Subcontractors and Specialist Contractors for Building Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"mainProcurementCategory": "services",
"description": "The provision is to give West Dunbartonshire Council a route to identify qualified multi-trade contractors and trade groups to deliver maintenance, routine servicing and emergency repairs to West Dunbartonshire Council buildings, including works to void properties in a multi-trade environment and a 24 hour 356 days emergency response service to be carried out in compliance with the contract conditions. Contractors will be required to provide details on how their organisation in terms of skill, qualifications and competence that fit and meet with the specification the skills. They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor's Scheme (SIA). The framework will consist of 10 lots. Bidders can submit and be appointed for more than one lot within the framework. The framework will operate on a ranked basis. If the top-ranked Measured Term Contractor is unable to undertake a call-off due to capacity or capability, the opportunity will be offered to the next-ranked provider. This process will continue down the list until a contractor can provide the service. The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order.",
"lots": [
{
"id": "1",
"title": "Groundworks and Landscaping",
"description": "The scope of works and service requirements for the provision of groundworks and landscaping services across council owned land, including parks, open spaces, highways, housing estates, operational buildings, and other public assets including but not limited to, site preparation and excavation, drainage, hard landscaping, soil, turf and surfacing, soft landscaping to ground maintenance. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be open to 2 x 12 month extensions at the councils discretion."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Asbestos Removal",
"description": "The scope of services required are, to carry out UKAS accredited Asbestos works on projects that require Asbestos removals, encapsulation, or disposal. Contractors are also required to undertake Licensed and Non Licensed Work in addition to Notifiable Non Licenced Asbestos work in relation to all aspects and areas of the fabric of council Homes (including all blocks and common areas) including all services, utilities and apparatus contained within whether operational or redundant. To maintain service levels, at times, Asbestos works and follow on information is required in a timely manner to prevent delays to work. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "3",
"title": "Flooring",
"description": "The scope of services and works, the contractor shall deliver comprehensive flooring works across various West Dunbartonshire Council buildings and facilities, working effectively within a multi trade environment. The scope of works includes, but is not limited to, removing, renewing, replacing, repairing and maintenance of surface finishes (Generally carpet and linoleum) in various West Dunbartonshire Council Building in a multi trade environment. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "4",
"title": "Fencing and Metal Fabrications",
"description": "The scope of services required including but not limited to, installation, repair, and maintenance services for fencing, metalwork, and security features across all council properties and land. This includes supplying and installing various types of fencing and gates, carrying out repairs to damaged sections, and ensuring security and boundary structures remain safe and functional. The Contractor will also provide custom metal fabrication, including handrails, barriers, brackets, and other bespoke metal components, along with metal painting, protective coatings, and general refurbishment of existing metalwork. Additional services include installing and maintaining secure metal doors, and roller shutters, supporting daily operations and responsive works. All services must be delivered safely, in compliance with regulations, and coordinated within a multi trade working environment. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "5",
"title": "Scaffolding",
"description": "The scope of services includes but are not limited to, the Contractor shall provide all labour, plant, materials, and equipment necessary for the supply, installation, modification, inspection, and dismantling of scaffolding, temporary security fencing, and other access systems required to ensure safe access for works across council properties and sites. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "6",
"title": "Electrical Specialist including Entry Systems",
"description": "The Contractor will deliver specialist electrical installation, repair, and maintenance services across all West Dunbartonshire Council owned or operated buildings, including tenanted homes. This includes installing, upgrading, and maintaining electrical systems, lighting, power, consumer units, and associated components in line with all relevant regulations. The Contractor is also responsible for the installation, servicing, testing, and repair of alarm systems, including door entry systems, and emergency lighting, ensuring compliance with recognised standards. Services also include planned and reactive maintenance. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "7",
"title": "Laundry Equipment",
"description": "The Contractor scope of services will include but not be limited to, install, service, maintain, and repair laundry equipment across council buildings. This includes washing machines, dryers, presses, and any other equipment used for laundering clothing, bedding, uniforms, and materials such as tablecloths. Services cover delivery and installation, connection to utilities, routine servicing, planned maintenance, fault diagnosis, and reactive repairs. The contractor is responsible for ensuring equipment operates safely and efficiently, providing all necessary documentation, using qualified engineers, and coordinating with other trades where required. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "8",
"title": "UPVC Windows and Doors",
"description": "The scope of works and services will include but not limited to, the contractor shall provide the supply, installation of new UPVC units with appropriate glazing, seals, locking systems, and ventilation features, replacement units, and associated works for UPVC windows and doors across council owned and operated buildings, including residential properties, public facilities, and operational sites. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "9",
"title": "Small Jobs",
"description": "The services required are a range of local and specialist trade groups repair, maintenance, and minor works services across all council owned and operated buildings, facilities, and housing stock. These works are typically ad hoc small scale, responsive, or planned tasks requiring flexible trades support to maintain safe, functional, and well maintained properties. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "10",
"title": "Void Property and Refurbishment",
"description": "The services required of the contractor shall be to provide back-up support to our voids housing team when demand exceeds internal delivery capacity. All labour, materials, plant, and equipment required to deliver void property works for both internal refurbishments across council owned housing stock and associated assets. The aim is to ensure properties are made safe, compliant, habitable, and ready for re let within required timescales. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "77314000",
"description": "Grounds maintenance services"
},
{
"scheme": "CPV",
"id": "77313000",
"description": "Parks maintenance services"
},
{
"scheme": "CPV",
"id": "77310000",
"description": "Planting and maintenance services of green areas"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90650000",
"description": "Asbestos removal services"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44112200",
"description": "Floor coverings"
},
{
"scheme": "CPV",
"id": "45432110",
"description": "Floor-laying work"
},
{
"scheme": "CPV",
"id": "45432100",
"description": "Floor laying and covering work"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45223100",
"description": "Assembly of metal structures"
},
{
"scheme": "CPV",
"id": "45223110",
"description": "Installation of metal structures"
},
{
"scheme": "CPV",
"id": "45233160",
"description": "Paths and other metalled surfaces"
},
{
"scheme": "CPV",
"id": "45262670",
"description": "Metalworking"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "45342000",
"description": "Erection of fencing"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44212310",
"description": "Scaffolding"
},
{
"scheme": "CPV",
"id": "45262100",
"description": "Scaffolding work"
},
{
"scheme": "CPV",
"id": "45262110",
"description": "Scaffolding dismantling work"
},
{
"scheme": "CPV",
"id": "45262120",
"description": "Scaffolding erection work"
},
{
"scheme": "CPV",
"id": "44212317",
"description": "Scaffolding structures"
},
{
"scheme": "CPV",
"id": "44212315",
"description": "Equipment for scaffolding"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45311000",
"description": "Electrical wiring and fitting work"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45311100",
"description": "Electrical wiring work"
},
{
"scheme": "CPV",
"id": "45311200",
"description": "Electrical fitting work"
},
{
"scheme": "CPV",
"id": "45317000",
"description": "Other electrical installation work"
},
{
"scheme": "CPV",
"id": "50116100",
"description": "Electrical-system repair services"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "35121700",
"description": "Alarm systems"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42716000",
"description": "Laundry washing, dry-cleaning and drying machines"
},
{
"scheme": "CPV",
"id": "51543400",
"description": "Installation services of laundry washing, dry-cleaning and drying machines"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
{
"scheme": "CPV",
"id": "45421110",
"description": "Installation of door and window frames"
},
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45311000",
"description": "Electrical wiring and fitting work"
},
{
"scheme": "CPV",
"id": "45311100",
"description": "Electrical wiring work"
},
{
"scheme": "CPV",
"id": "45311200",
"description": "Electrical fitting work"
},
{
"scheme": "CPV",
"id": "45440000",
"description": "Painting and glazing work"
},
{
"scheme": "CPV",
"id": "45261221",
"description": "Roof-painting work"
},
{
"scheme": "CPV",
"id": "45442110",
"description": "Painting work of buildings"
},
{
"scheme": "CPV",
"id": "45261220",
"description": "Roof-painting and other coating work"
},
{
"scheme": "CPV",
"id": "45442180",
"description": "Repainting work"
},
{
"scheme": "CPV",
"id": "45442190",
"description": "Paint-stripping work"
},
{
"scheme": "CPV",
"id": "45332200",
"description": "Water plumbing work"
},
{
"scheme": "CPV",
"id": "45332000",
"description": "Plumbing and drain-laying work"
},
{
"scheme": "CPV",
"id": "45333000",
"description": "Gas-fitting installation work"
},
{
"scheme": "CPV",
"id": "45333100",
"description": "Gas regulation equipment installation work"
},
{
"scheme": "CPV",
"id": "50413100",
"description": "Repair and maintenance services of gas-detection equipment"
},
{
"scheme": "CPV",
"id": "50411200",
"description": "Repair and maintenance services of gas meters"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213100",
"description": "Construction work for commercial buildings"
},
{
"scheme": "CPV",
"id": "45262700",
"description": "Building alteration work"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71355000",
"description": "Surveying services"
},
{
"scheme": "CPV",
"id": "71421000",
"description": "Landscape gardening services"
},
{
"scheme": "CPV",
"id": "45112712",
"description": "Landscaping work for gardens"
},
{
"scheme": "CPV",
"id": "45261211",
"description": "Roof-tiling work"
},
{
"scheme": "CPV",
"id": "45261212",
"description": "Roof-slating work"
},
{
"scheme": "CPV",
"id": "45261210",
"description": "Roof-covering work"
},
{
"scheme": "CPV",
"id": "45410000",
"description": "Plastering work"
},
{
"scheme": "CPV",
"id": "45421000",
"description": "Joinery work"
},
{
"scheme": "CPV",
"id": "45421150",
"description": "Non-metal joinery installation work"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "9"
},
{
"id": "10",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "10"
}
],
"communication": {
"futureNoticeDate": "2026-03-09T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"minimum": "Lot 1: Groundworks and Landscaping Turnover requirement GBP 250,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory) Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim Lot 2: Asbestos Removal Turnover requirement GBP 250,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Public indemnity Insurance = minimum GBP5M Lot 3: Flooring Turnover requirement GBP 250,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory) Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim Lot 4: Fencing and Metal Fabrications Turnover requirement GBP 250,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim Lot 5: Scaffolding Turnover requirement GBP 250,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Lot 6: Electrical Specialist including Entry Systems Turnover requirement GBP 750,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Lot 7: Laundry Equipment Turnover requirement GBP 75,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Lot 8: UPVC Windows and Doors Turnover requirement GBP 2,000,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Lot 9: Small Jobs Turnover requirement GBP 75,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim Lot 10: Void Property and Maintenance Turnover requirement GBP 750,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Ratios Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing. - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected."
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2026-04-29T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2026-04-29T12:00:00+01:00"
},
"bidOpening": {
"date": "2026-04-29T12:00:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-2840",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1389737000",
"email": "Corporate.Procurement@west-dunbarton.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.west-dunbarton.gov.uk/business/suppliers/procurement/",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153",
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-2973",
"name": "Dumbarton Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, Church Street",
"locality": "Dumbarton",
"postalCode": "G82 1QR",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-2840",
"name": "West Dunbartonshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000820456"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000820456"
}
],
"language": "en"
}