Award

Annual Servicing and Maintenance of Gas Heating Installations 2018 to 2024

ANGUS COUNCIL

This public procurement record has 2 releases in its history.

Award

05 Mar 2018 at 00:00

Tender

07 Sep 2017 at 00:00

Summary of the contracting process

Angus Council is seeking contractors for the "Annual Servicing and Maintenance of Gas Heating Installations 2018 to 2024," a public procurement initiative classified under the 'works' category. The contract encompasses the annual servicing of gas appliances and central heating systems, emergency breakdown cover, and installation of new systems across Angus, Scotland. The procurement method is a selective procedure, with a tender period that concluded on 10 October 2017. The primary contact for this tender is Ian Hood, who can be reached via email or telephone for further information.

This contract presents significant opportunities for companies specialising in gas servicing, repair, and installation, particularly those with experience in residential and commercial systems. Businesses with the necessary qualifications, such as Gas Safe registration for gas works, and those holding suitable insurance coverage will be well-positioned to compete. Additionally, contractors capable of demonstrating a robust track record in similar projects may have a competitive advantage. With a total contract value of approximately £6,800,000 and options for extensions, this procurement can result in sustained business growth for successful bidders.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Annual Servicing and Maintenance of Gas Heating Installations 2018 to 2024

Notice Description

The works comprise the following - The annual servicing of residential and commercial gas appliances and gas central heating systems along with the provision of landlords records for all Angus Council housing. This also includes change of tenancy safety checks and any ad-hoc servicing and landlord's records required. Continuous breakdown and emergency cover for residential gas appliances and gas central heating systems for all Angus Council housing. The provision of new gas appliances, fittings and gas central heating systems to replace condemned or obsolete systems in individual houses by instruction from the Contract Administrator. This is also to include the provision of a service for the renewal of fittings and controls etc along with a general repair service. The annual inspection of unvented electric hot water cylinders and MVHR units. The provision of new or replacement carbon monoxide and smoke detectors.

Lot Information

Contract 1

The works in Contract 1 comprise the following: The annual servicing of residential and commercial gas appliances and gas central heating systems along with the provision of landlords records for all Angus Council housing, except for Forfar and Kirriemuir. This also includes change of tenancy safety checks and any ad-hoc servicing and landlord's records required for the same areas. Continuous breakdown and emergency cover for residential gas appliances and gas central heating systems for all Angus Council housing, including Forfar and Kirriemuir. The provision of new gas appliances, fittings and gas central heating systems to replace condemned or obsolete systems in individual houses by instruction from the Contract Administrator. This is also to include the provision of a service for the renewal of fittings and controls etc along with a general repair service. This to apply to all areas, except for Forfar and Kirriemuir. The annual inspection of unvented electric hot water cylinders and MVHR units, except for Forfar and Kirriemuir. The provision of new or replacement carbon monoxide and smoke detectors in individual houses to all areas, except for Forfar and Kirriemuir.. To manage the risk to Angus Council, the tenderer who submits the MEAT tender for Lot 1 will not be awarded Lot 2. If the same tenderer receives the highest score in both contracts they will be awarded Contract 1 as the largest Lot with second placed tenderer for Contract 2 awarded Contract 2. Contractor for each Lot will provide interim default cover for other Lot in event of contractor failure.

Renewal: The initial contract will be for 2 years with mutual options to extend for 2 extension periods of 2 years each (up to 4 years maximum contract extension)

Contract 2

The works in Contract 2 comprise the following: The annual servicing of residential and commercial gas appliances and gas central heating systems along with the provision of landlords records for Council housing in Forfar and Kirriemuir. This also includes change of tenancy safety checks and any ad-hoc servicing and landlords' records required for the same areas. The provision of new gas appliances, fittings and gas central heating systems to replace condemned or obsolete systems in individual houses by instruction from the Contract Administrator. This is to also include the provision of a service for the renewal of fittings and controls etc along with a general repair service. This to apply to Forfar and Kirriemuir only. The annual inspection of unvented electric hot water cylinders and MVHR units in Forfar and Kirriemuir. The provision of new or replacement carbon monoxide and smoke detectors in individual houses in Forfar and Kirriemuir.. To manage the risk to Angus Council, the tenderer who submits the MEAT tender for Lot 1 will not be awarded Lot 2. If the same tenderer receives the highest score in both contracts they will be awarded Contract 1 as the largest Lot with second placed tenderer for Contract 2 awarded Contract 2. Contractor for each Lot will provide interim default cover for other Lot in event of contractor failure.

Renewal: The initial contract will be for 2 years with mutual options to extend for 2 extension periods of 2 years each (up to 4 years maximum contract extension)

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000504820
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR312576
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

50 - Repair and maintenance services


CPV Codes

42160000 - Boiler installations

44621200 - Boilers

50531200 - Gas appliance maintenance services

50720000 - Repair and maintenance services of central heating

Notice Value(s)

Tender Value
£6,800,000 £1M-£10M
Lots Value
£6,800,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Mar 20187 years ago
Submission Deadline
10 Oct 2017Expired
Future Notice Date
Not specified
Award Date
29 Jan 20188 years ago
Contract Period
Not specified - Not specified
Recurrence
August 2023

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
ANGUS COUNCIL
Contact Name
Ian Hood
Contact Email
hoodig@angus.gov.uk
Contact Phone
+44 3452777778

Buyer Location

Locality
FORFAR
Postcode
DD8 1AX
Post Town
Dundee
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM03 Angus and Dundee City
Delivery Location
TLM71 Angus and Dundee City

Local Authority
Angus
Electoral Ward
Forfar and District
Westminster Constituency
Angus and Perthshire Glens

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000504820-2018-03-05T00:00:00Z",
    "date": "2018-03-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000504820",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-55",
            "name": "Angus Council",
            "identifier": {
                "legalName": "Angus Council"
            },
            "address": {
                "streetAddress": "Angus House, Orchardbank Business Park",
                "locality": "Forfar",
                "region": "UKM71",
                "postalCode": "DD8 1AX"
            },
            "contactPoint": {
                "name": "Ian Hood",
                "email": "hoodig@angus.gov.uk",
                "telephone": "+44 3452777778",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.angus.gov.uk/"
            }
        },
        {
            "id": "org-91",
            "name": "Angus Council",
            "identifier": {
                "legalName": "Angus Council"
            },
            "address": {
                "streetAddress": "Angus House, Orchardbank Business Park",
                "locality": "Forfar",
                "region": "UKM71",
                "postalCode": "DD8 1AX"
            },
            "contactPoint": {
                "name": "Ian Hood",
                "email": "hoodig@angus.gov.uk",
                "telephone": "+44 3452777778",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.angus.gov.uk/"
            }
        }
    ],
    "buyer": {
        "name": "Angus Council",
        "id": "org-91"
    },
    "tender": {
        "id": "60501233 & 60501234",
        "title": "Annual Servicing and Maintenance of Gas Heating Installations 2018 to 2024",
        "description": "The works comprise the following - The annual servicing of residential and commercial gas appliances and gas central heating systems along with the provision of landlords records for all Angus Council housing. This also includes change of tenancy safety checks and any ad-hoc servicing and landlord's records required. Continuous breakdown and emergency cover for residential gas appliances and gas central heating systems for all Angus Council housing. The provision of new gas appliances, fittings and gas central heating systems to replace condemned or obsolete systems in individual houses by instruction from the Contract Administrator. This is also to include the provision of a service for the renewal of fittings and controls etc along with a general repair service. The annual inspection of unvented electric hot water cylinders and MVHR units. The provision of new or replacement carbon monoxide and smoke detectors.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "42160000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44621200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50720000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Angus, Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    },
                    {
                        "region": "UKM71"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "42160000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44621200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50720000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Angus, Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    },
                    {
                        "region": "UKM71"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 6800000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-10-10T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP294974",
                "documentType": "contractNotice",
                "title": "Annual Servicing and Maintenance of Gas Heating Installations 2018 to 2024",
                "description": "The works comprise the following - The annual servicing of residential and commercial gas appliances and gas central heating systems along with the provision of landlords records for all Angus Council housing. This also includes change of tenancy safety checks and any ad-hoc servicing and landlord's records required. Continuous breakdown and emergency cover for residential gas appliances and gas central heating systems for all Angus Council housing. The provision of new gas appliances, fittings and gas central heating systems to replace condemned or obsolete systems in individual houses by instruction from the Contract Administrator. This is also to include the provision of a service for the renewal of fittings and controls etc along with a general repair service. The annual inspection of unvented electric hot water cylinders and MVHR units. The provision of new or replacement carbon monoxide and smoke detectors.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP294974",
                "format": "text/html"
            },
            {
                "id": "SEP294974-1",
                "title": "01. ESPD",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP294974&idx=1",
                "datePublished": "2017-09-09T11:10:04Z",
                "dateModified": "2017-09-09T11:10:04Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "SEP294974-2",
                "title": "02. ESPD Standard Staements",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP294974&idx=2",
                "datePublished": "2017-09-09T11:10:04Z",
                "dateModified": "2017-09-09T11:10:04Z",
                "format": "application/msword"
            },
            {
                "id": "SEP294974-3",
                "title": "03. ESPD Evaluation Matrix",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP294974&idx=3",
                "datePublished": "2017-09-09T11:10:05Z",
                "dateModified": "2017-09-09T11:10:05Z",
                "format": "application/vnd.ms-excel"
            },
            {
                "id": "SEP294974-4",
                "title": "04. Procurement Authority Report",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP294974&idx=4",
                "datePublished": "2017-09-09T11:10:05Z",
                "dateModified": "2017-09-09T11:10:05Z",
                "format": "application/pdf"
            },
            {
                "id": "MAR312576",
                "documentType": "awardNotice",
                "title": "Annual Servicing and Maintenance of Gas Heating Installations 2018 to 2024",
                "description": "The works comprise the following - The annual servicing of residential and commercial gas appliances and gas central heating systems along with the provision of landlords records for all Angus Council housing. This also includes change of tenancy safety checks and any ad-hoc servicing and landlord's records required. Continuous breakdown and emergency cover for residential gas appliances and gas central heating systems for all Angus Council housing. The provision of new gas appliances, fittings and gas central heating systems to replace condemned or obsolete systems in individual houses by instruction from the Contract Administrator. This is also to include the provision of a service for the renewal of fittings and controls etc along with a general repair service. The annual inspection of unvented electric hot water cylinders and MVHR units. The provision of new or replacement carbon monoxide and smoke detectors.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR312576",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Contract 1",
                "description": "The works in Contract 1 comprise the following: The annual servicing of residential and commercial gas appliances and gas central heating systems along with the provision of landlords records for all Angus Council housing, except for Forfar and Kirriemuir. This also includes change of tenancy safety checks and any ad-hoc servicing and landlord's records required for the same areas. Continuous breakdown and emergency cover for residential gas appliances and gas central heating systems for all Angus Council housing, including Forfar and Kirriemuir. The provision of new gas appliances, fittings and gas central heating systems to replace condemned or obsolete systems in individual houses by instruction from the Contract Administrator. This is also to include the provision of a service for the renewal of fittings and controls etc along with a general repair service. This to apply to all areas, except for Forfar and Kirriemuir. The annual inspection of unvented electric hot water cylinders and MVHR units, except for Forfar and Kirriemuir. The provision of new or replacement carbon monoxide and smoke detectors in individual houses to all areas, except for Forfar and Kirriemuir.. To manage the risk to Angus Council, the tenderer who submits the MEAT tender for Lot 1 will not be awarded Lot 2. If the same tenderer receives the highest score in both contracts they will be awarded Contract 1 as the largest Lot with second placed tenderer for Contract 2 awarded Contract 2. Contractor for each Lot will provide interim default cover for other Lot in event of contractor failure.",
                "status": "complete",
                "value": {
                    "amount": 5960000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "This procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made through the PCS messaging system. Bidders are required to make reference to the ESPD (Scotland) (version 1.9); ESPD (Scotland) Statements (version 1.9) and the Selection Criteria Matrix documents provided. Bidders are required to complete the ESPD in line with the attached ESPD (Scotland) and ESPD (Scotland) Statements. Non completion may result in the application being rejected. The process that we shall apply to restrict the number of candidates to be invited to tender is as follows: Statements including the Specific Requirements can be found within the following sections of this Contract Notice: Sections: III.1.1 III.1.2 III.1.3 Bidders must pass the minimum standards Sections of the ESPD (Scotland) (version1.9) as follows Part III (exclusion Grounds) on a PASS/FAIL basis. Bidders must pass the exclusion criteria of Part III. Bidders will then be scored on the Selection criteria of Part IV as follows. Question 4A maximum marks to be awarded 50, Question 4B maximum marks to be awarded 25, Question 4C maximum marks to be awarded 55 and Question 4D maximum marks to be awarded 20. Part IV Section A on a PASS/FAIL basis. In 4A if Bidders have the required membership/license details for Heating Work they will be awarded 30 points. If Bidders have the required membership/license details for Electrical Work they will be awarded 20 points. Part IV Section B on a PASS/FAIL basis. In 4B if Bidders have the required turnover for the last 3 years they will be awarded 15 points. If Bidders have the required Liquidity ratios and insurance requirements they will be awarded 5 points for each. Part IV Section C will be scored on the following basis: In 4C if Bidders can demonstrate they have 4 projects of relevant experience they will be awarded 5 points for each project. If their average annual manpower is greater than 20 they will be awarded 5 points for Lot 1. If their average annual manpower is greater than 10 they will be awarded 5 points for Lot 2. If the number of managerial staff they have is greater than 5 they will be awarded 5 points for Lot 1. If the number of managerial staff they have is greater than 2 they will be awarded 5 points for Lot 2. If the number of management staff (including admin staff) they have is 16 - 25% of their overall workforce, they will be awarded 10 points. If it is 10 - 15% or 26 - 50% they will be awarded 8 points. If it is 5 - 9% or 51 - 60% they will be awarded 5 points. If it is up to and including 4% or over 60% they will be awarded 0 points. If the number of apprentices they employ is 10% or more of their site based staff, they will be awarded 10 points.If it is 5 - 9.99% they will be awarded 7 points. If it is up to 4.99% they will be awarded 3 points. If it is 0% they will be awarded 0 points. If Bidders can demonstrate they have the relevant tools, plant and technical equipment they will be awarded 5 points. Part IV Section D on a PASS/FAIL basis. In 4D if Bidders have the required Health and Safety procedures in place they will be awarded 15 points. If Bidders have the required Environmental Management systems in place they will be awarded 5 points. It is envisaged that the six highest scoring bidders will be invited to submit tenders on each Lot. Bidders should note that the Selection Criteria Matrix is for transparency/information purposes only and does not need to be completed and or returned."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract will be for 2 years with mutual options to extend for 2 extension periods of 2 years each (up to 4 years maximum contract extension)"
                }
            },
            {
                "id": "2",
                "title": "Contract 2",
                "description": "The works in Contract 2 comprise the following: The annual servicing of residential and commercial gas appliances and gas central heating systems along with the provision of landlords records for Council housing in Forfar and Kirriemuir. This also includes change of tenancy safety checks and any ad-hoc servicing and landlords' records required for the same areas. The provision of new gas appliances, fittings and gas central heating systems to replace condemned or obsolete systems in individual houses by instruction from the Contract Administrator. This is to also include the provision of a service for the renewal of fittings and controls etc along with a general repair service. This to apply to Forfar and Kirriemuir only. The annual inspection of unvented electric hot water cylinders and MVHR units in Forfar and Kirriemuir. The provision of new or replacement carbon monoxide and smoke detectors in individual houses in Forfar and Kirriemuir.. To manage the risk to Angus Council, the tenderer who submits the MEAT tender for Lot 1 will not be awarded Lot 2. If the same tenderer receives the highest score in both contracts they will be awarded Contract 1 as the largest Lot with second placed tenderer for Contract 2 awarded Contract 2. Contractor for each Lot will provide interim default cover for other Lot in event of contractor failure.",
                "status": "complete",
                "value": {
                    "amount": 840000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "This procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made through the PCS messaging system. Bidders are required to make reference to the ESPD (Scotland) (version 1.9); ESPD (Scotland) Statements (version 1.9) and the Selection Criteria Matrix documents provided. Bidders are required to complete the ESPD in line with the attached ESPD (Scotland) and ESPD (Scotland) Statements. Non completion may result in the application being rejected. The process that we shall apply to restrict the number of candidates to be invited to tender is as follows: Statements including the Specific Requirements can be found within the following sections of this Contract Notice: Sections: III.1.1 III.1.2 III.1.3 Bidders must pass the minimum standards Sections of the ESPD (Scotland) (version1.9) as follows Part III (exclusion Grounds) on a PASS/FAIL basis. Bidders must pass the exclusion criteria of Part III. Bidders will then be scored on the Selection criteria of Part IV as follows. Question 4A maximum marks to be awarded 50, Question 4B maximum marks to be awarded 25, Question 4C maximum marks to be awarded 55 and Question 4D maximum marks to be awarded 20. Part IV Section A on a PASS/FAIL basis. In 4A if Bidders have the required membership/license details for Heating Work they will be awarded 30 points. If Bidders have the required membership/license details for Electrical Work they will be awarded 20 points. Part IV Section B on a PASS/FAIL basis. In 4B if Bidders have the required turnover for the last 3 years they will be awarded 15 points. If Bidders have the required Liquidity ratios and insurance requirements they will be awarded 5 points for each. Part IV Section C will be scored on the following basis: In 4C if Bidders can demonstrate they have 4 projects of relevant experience they will be awarded 5 points for each project. If their average annual manpower is greater than 20 they will be awarded 5 points for Lot 1. If their average annual manpower is greater than 10 they will be awarded 5 points for Lot 2. If the number of managerial staff they have is greater than 5 they will be awarded 5 points for Lot 1. If the number of managerial staff they have is greater than 2 they will be awarded 5 points for Lot 2. If the number of management staff (including admin staff) they have is 16 - 25% of their overall workforce, they will be awarded 10 points. If it is 10 - 15% or 26 - 50% they will be awarded 8 points. If it is 5 - 9% or 51 - 60% they will be awarded 5 points. If it is up to and including 4% or over 60% they will be awarded 0 points. If the number of apprentices they employ is 10% or more of their site based staff, they will be awarded 10 points.If it is 5 - 9.99% they will be awarded 7 points. If it is up to 4.99% they will be awarded 3 points. If it is 0% they will be awarded 0 points. If Bidders can demonstrate they have the relevant tools, plant and technical equipment they will be awarded 5 points. Part IV Section D on a PASS/FAIL basis. In 4D if Bidders have the required Health and Safety procedures in place they will be awarded 15 points. If Bidders have the required Environmental Management systems in place they will be awarded 5 points. It is envisaged that the six highest scoring bidders will be invited to submit tenders on each Lot. Bidders should note that the Selection Criteria Matrix is for transparency/information purposes only and does not need to be completed and or returned."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract will be for 2 years with mutual options to extend for 2 extension periods of 2 years each (up to 4 years maximum contract extension)"
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647,
            "maximumLotsAwardedPerSupplier": 1
        },
        "contractTerms": {
            "performanceTerms": "Refer to main ITT documents including sub-contracting, community benefits etc"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2017-11-02T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 Bidders to provide a certificate from the Registrar of Companies (Companies House) stating that they are certified as incorporated or registered. Bidders to provide Membership/Licence details for Heating Work and Electrical Works as follows - HEATING WORKS - In accordance with the Gas Safety (Installation and Use) Regulations 1998 all GAS INSTALLATION and REPAIR WORKS must be carried out by contractors who are registered members of the Gas Safe Register. In addition all gas fitting operatives must have been assessed, tested and hold current certificates of competence in the appropriate area of gas work to be carried out. The Gas Safe registration number to be listed in the ESPD. ELECTRICAL WORKS - contractors must be currently enrolled with the National Inspection Council for Electrical Installation Contracting (NICEIC) or be a current member of the Electrical Contractors' Association of Scotland (SELECT) (or European equivalent of either organisation). The registration/membership number and organisation to be listed in the ESPD."
                },
                {
                    "type": "economic",
                    "description": "4B.1.2 Bidders will be required to have an average yearly turnover of a minimum of 500,000GBP for the last 3 years if they are applying for Lot 2 only. Bidders will be required to have an average yearly turnover of a minimum of 2,000,000GBP for the last 3 years if they are applying for both Lots 1 and 2 or Lot 1 only. It is acknowledged and factored in that a Bidder cannot win both Lots 1 and 2 in stipulating this requirement. 4B.4 Bidders will be required to demonstrate a Liquidity Ratio of no less than 0.70 based on the most recent accounts for a full financial year. Minimum level(s) of standards possibly required: 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = GBP 10,000,000 Public Liability Insurance = GBP 5,000,000 Product Liability Insurance = GBP 5,000,000"
                },
                {
                    "type": "technical",
                    "description": "4C.1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Up to four relevant projects are required. Projects should be Servicing and Maintenance of Gas Heating Installations in housing/social housing of values ranging from 250,000GBP upwards for Lot 2 or ranging from 1,000,000GBP upwards if applying for both Lots 1 and 2 or Lot 1 only. 4C.8.1&2 Bidders will be required to confirm their average annual manpower including managerial staff and admin staff for the last three years. Bidders will be required to confirm their and the number of managerial staff and admin staff for the last three years. The selection process will also consider the ratio of management to workforce and the ratio of apprentices to site based staff. The successful Contractor will ultimately be required to provide a Community Benefits Plan and a Community Benefits Method Statement. Bidders are requested to indicate in their submission the number of apprentices they currently employ in relation to the number of site based staff. 4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU 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 Health & Safety Standards as ESPD 4D.2 Environmental Management Systems as ESPD"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "50531200",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "August 2023"
        }
    },
    "language": "EN",
    "description": "To manage the risk to Angus Council, the tenderer who submits the most economically advantageous tender for Contract 1 (Lot 1) will not be awarded Contract 2 (Lot 2). If the same tenderer receives the highest score in both contracts they will be awarded Contract 1 as the largest Lot with the second placed tenderer for Contract 2 being awarded Contract 2. (SC Ref:533594)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504820"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504820"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "60501233 & 60501234-1",
            "title": "Contract 1",
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "60501233 & 60501234-2",
            "title": "Contract 2",
            "relatedLots": [
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "60501233 & 60501234-1",
            "awardID": "60501233 & 60501234-1",
            "title": "Contract 1",
            "status": "active",
            "dateSigned": "2018-01-29T00:00:00Z"
        },
        {
            "id": "60501233 & 60501234-2",
            "awardID": "60501233 & 60501234-2",
            "title": "Contract 2",
            "status": "active",
            "dateSigned": "2018-01-29T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 173-353752"
        }
    ]
}