Notice Information
Notice Title
PPM of Gas Fired Boilers and Associated Plant, Including Provision of Call Out and Reactive Repairs
Notice Description
Supply of labour, plant and material for the Planned Preventative Maintenance (Annual Servicing) of Commercial and Domestic gas fired boiler plant and associated equipment, including, but not limited to:- Heat generation equipment (gas fired boilers, gas water heaters) Booster Sets Pressurisation Units Circulating Pumps Expansion Vessels Pipework distribution installations including valves and fittings (local to boiler plant) Allowance for 'a service kit' to be supplied and fitted for all annual services of boilers/water heaters. Provision of 24 hour call-out service, 365/366 days of the year for rectification of any problems to the boiler plant and associated equipment, including BMS (building management systems)/Automatic Controls as identified by the Employer.
Lot Information
Lot 1
Supply of labour, plant and material for the Planned Preventative Maintenance (Annual Servicing) of Commercial and Domestic gas fired boiler plant and associated equipment, including, but not limited to:- Heat generation equipment (gas fired boilers, gas water heaters) Booster Sets Pressurisation Units Circulating Pumps Expansion Vessels Pipework distribution installations including valves and fittings (local to boiler plant) Allowance for 'a service kit' to be supplied and fitted for all annual services of boilers/water heaters. Provision of 24 hour call-out service, 365/366 days of the year for rectification of any problems to the boiler plant and associated equipment, including BMS (building management systems)/Automatic Controls as identified by the Employer. The Contractor shall provide and take full responsibility for providing and maintaining the relevant documentation, reports and records as further detailed in the Specification. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: There will be an option to extend for a further 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0654b7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013782-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- 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
50 - Repair and maintenance services
-
- CPV Codes
50531100 - Repair and maintenance services of boilers
Notice Value(s)
- Tender Value
- £810,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Feb 20266 days ago
- Submission Deadline
- 18 Mar 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- If there is still an ongoing requirement for this contract then this may be brought back out to tender in the future.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- INVERCLYDE COUNCIL
- Contact Name
- Daniel O'Donnell
- Contact Email
- daniel.odonnell@inverclyde.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- GREENOCK
- Postcode
- PA15 1LX
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde North
- Westminster Constituency
- Inverclyde and Renfrewshire West
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-0654b7-2026-02-16T12:01:25Z",
"date": "2026-02-16T12:01:25Z",
"ocid": "ocds-h6vhtk-0654b7",
"description": "Bidders will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certificate, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30510. 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: Bidders will be asked to detail the Social Value Outcomes they will deliver if they are successful in this contract opportunity. It will be a requirement of the contract that the Social Value Outcomes offered are delivered. (SC Ref:823605)",
"initiationType": "tender",
"tender": {
"id": "PRO 0976",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "PPM of Gas Fired Boilers and Associated Plant, Including Provision of Call Out and Reactive Repairs",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50531100",
"description": "Repair and maintenance services of boilers"
},
"mainProcurementCategory": "services",
"description": "Supply of labour, plant and material for the Planned Preventative Maintenance (Annual Servicing) of Commercial and Domestic gas fired boiler plant and associated equipment, including, but not limited to:- Heat generation equipment (gas fired boilers, gas water heaters) Booster Sets Pressurisation Units Circulating Pumps Expansion Vessels Pipework distribution installations including valves and fittings (local to boiler plant) Allowance for 'a service kit' to be supplied and fitted for all annual services of boilers/water heaters. Provision of 24 hour call-out service, 365/366 days of the year for rectification of any problems to the boiler plant and associated equipment, including BMS (building management systems)/Automatic Controls as identified by the Employer.",
"value": {
"amount": 810000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Supply of labour, plant and material for the Planned Preventative Maintenance (Annual Servicing) of Commercial and Domestic gas fired boiler plant and associated equipment, including, but not limited to:- Heat generation equipment (gas fired boilers, gas water heaters) Booster Sets Pressurisation Units Circulating Pumps Expansion Vessels Pipework distribution installations including valves and fittings (local to boiler plant) Allowance for 'a service kit' to be supplied and fitted for all annual services of boilers/water heaters. Provision of 24 hour call-out service, 365/366 days of the year for rectification of any problems to the boiler plant and associated equipment, including BMS (building management systems)/Automatic Controls as identified by the Employer. The Contractor shall provide and take full responsibility for providing and maintaining the relevant documentation, reports and records as further detailed in the Specification. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Delivery Methodology",
"type": "quality",
"description": "10"
},
{
"name": "Familiarity with Building Typologies",
"type": "quality",
"description": "4"
},
{
"name": "Asset Database",
"type": "quality",
"description": "4"
},
{
"name": "Sustainability and Climate Change Commitments",
"type": "quality",
"description": "4"
},
{
"name": "Organisational Structure",
"type": "quality",
"description": "4"
},
{
"name": "Resilience & Contingency",
"type": "quality",
"description": "2"
},
{
"name": "Training and CPD",
"type": "quality",
"description": "2"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"name": "Social Value",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "There will be an option to extend for a further 12 months."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"deliveryLocation": {
"description": "Inverclyde"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders will be required to hold the following accreditations/qualifications to be considered for this contract: Organisation and individuals must be registered on the Gas Safe Register for Domestic and Commercial.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "4B.1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following: (a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check). OR (b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check). PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW: APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT'S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK. You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted. If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder. 4B.5.1a/4B.5.1b/4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: 1. Contractor's Public Liability Insurance (injury to persons or property) - not less than 10M GBP for any one occurrence or series of occurrences arising out of one event, renewable annually 2. Percentage to cover professional fees - 15% 3. Insurance of existing structures - applies 4. Insurance of work or supply comprised in Orders - applies 5. Annual Renewal Date - [to be advised] 6. Terrorism Cover - Pool-Re cover is required 7. Employer's Liability Insurance (Note: for the purpose only of this Insurance, the Employer is the Contractor) - not less than 5M GBP for any one occurrence or series of occurrences arising out of one event, renewable annually 8. Professional Indemnity Insurance - not less than 1M GBP for any one occurrence or series of occurrences arising out of one event, maintained for a minimum period of six (6) calendar years",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 QUALITY MANAGEMENT PROCEDURES The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 4D.1 HEALTH & SAFETY The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the buyer attachment area in PCS-T (file name \"Contract Notice Additional Information\")",
"minimum": "4C.1.2 Bidders will be required to provide two (2) examples of similar contracts within the last three (3) years that demonstrate that they have the relevant experience to deliver this contract.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2026-03-18T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2026-03-18T12:00:00Z"
},
"bidOpening": {
"date": "2026-03-18T12:00:00Z",
"address": {
"streetAddress": "Tenders will be opened remotely"
}
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "If there is still an ongoing requirement for this contract then this may be brought back out to tender in the future."
}
},
"parties": [
{
"id": "GB-FTS-52718",
"name": "Inverclyde Council",
"identifier": {
"legalName": "Inverclyde Council"
},
"address": {
"streetAddress": "Procurement, Municipal Buildings, Clyde Square",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA15 1LX",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Daniel O'Donnell",
"email": "Daniel.ODonnell@inverclyde.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.inverclyde.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168",
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-36693",
"name": "Greenock Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Greenock Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House,1 Nelson Street,",
"locality": "Greenock",
"postalCode": "PA15 1TR",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-52718",
"name": "Inverclyde Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000823605"
}
],
"language": "en"
}