Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 10
Status Active
Published 24th Mar 2026
| Reference | ocds-h6vhtk-060a02 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Open procedure |
| Value | - |
Scotland
Category Services
Type Tender
No. of Lots 10
Status Active
Published 24th Mar 2026
| Reference | ocds-h6vhtk-060a02 |
| Common Procurement Vocabulary | Repair and maintenance services |
| Procurement Method | Open procedure |
| Value | - |
Section I: Contracting authority
I.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
Corporate.Procurement [at] west-dunbarton.gov.uk
Telephone
+44 1389737000
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Subcontractors and Specialist Contractors for Building Services
Reference number
2526-40
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.1.4) Short 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.
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Groundworks and Landscaping
Lot No
1
II.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
- 77313000 - Parks maintenance services
- 77310000 - Planting and maintenance services of green areas
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
II.2.4) Description of the procurement
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
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 2 x 12 month extensions at the councils discretion.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Asbestos Removal
Lot No
2
II.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 2 x 12 month extensions at the councils discretion
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Flooring
Lot No
3
II.2.2) Additional CPV code(s)
- 44112200 - Floor coverings
- 45432110 - Floor-laying work
- 45432100 - Floor laying and covering work
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
II.2.4) Description of the procurement
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
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 2 x 12 month extensions at the councils discretion
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Fencing and Metal Fabrications
Lot No
4
II.2.2) Additional CPV code(s)
- 45223100 - Assembly of metal structures
- 45223110 - Installation of metal structures
- 45233160 - Paths and other metalled surfaces
- 45262670 - Metalworking
- 45340000 - Fencing, railing and safety equipment installation work
- 45342000 - Erection of fencing
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 2 x 12 month extensions at the councils discretion
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Scaffolding
Lot No
5
II.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
- 45262100 - Scaffolding work
- 45262110 - Scaffolding dismantling work
- 45262120 - Scaffolding erection work
- 44212317 - Scaffolding structures
- 44212315 - Equipment for scaffolding
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 2 x 12 month extensions at the councils discretion
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Electrical Specialist including Entry Systems
Lot No
6
II.2.2) Additional CPV code(s)
- 45311000 - Electrical wiring and fitting work
- 45310000 - Electrical installation work
- 45311100 - Electrical wiring work
- 45311200 - Electrical fitting work
- 45317000 - Other electrical installation work
- 50116100 - Electrical-system repair services
- 71314100 - Electrical services
- 35121700 - Alarm systems
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 2 x 12 month extensions at the councils discretion
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Laundry Equipment
Lot No
7
II.2.2) Additional CPV code(s)
- 42716000 - Laundry washing, dry-cleaning and drying machines
- 51543400 - Installation services of laundry washing, dry-cleaning and drying machines
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 2 x 12 month extensions at the councils discretion
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
UPVC Windows and Doors
Lot No
8
II.2.2) Additional CPV code(s)
- 45421100 - Installation of doors and windows and related components
- 45421110 - Installation of door and window frames
- 44221000 - Windows, doors and related items
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 2 x 12 month extensions at the councils discretion
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Small Jobs
Lot No
9
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45311100 - Electrical wiring work
- 45311200 - Electrical fitting work
- 45440000 - Painting and glazing work
- 45261221 - Roof-painting work
- 45442110 - Painting work of buildings
- 45261220 - Roof-painting and other coating work
- 45442180 - Repainting work
- 45442190 - Paint-stripping work
- 45332200 - Water plumbing work
- 45332000 - Plumbing and drain-laying work
- 45333000 - Gas-fitting installation work
- 45333100 - Gas regulation equipment installation work
- 50413100 - Repair and maintenance services of gas-detection equipment
- 50411200 - Repair and maintenance services of gas meters
- 45210000 - Building construction work
- 45213100 - Construction work for commercial buildings
- 45262700 - Building alteration work
- 50700000 - Repair and maintenance services of building installations
- 71324000 - Quantity surveying services
- 71355000 - Surveying services
- 71421000 - Landscape gardening services
- 45112712 - Landscaping work for gardens
- 45261211 - Roof-tiling work
- 45261212 - Roof-slating work
- 45261210 - Roof-covering work
- 45410000 - Plastering work
- 45421000 - Joinery work
- 45421150 - Non-metal joinery installation work
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 2 x 12 month extensions at the councils discretion
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Void Property and Refurbishment
Lot No
10
II.2.2) Additional CPV code(s)
- 71315000 - Building services
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will be open to 2 x 12 month extensions at the councils discretion
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
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.
III.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the works/services applicable to the Lots that they are bidding for. Bidders will be required to confirm their average annual manpower for the last two years and the number of managerial staff for the last two years 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 works/services applicable to the Lots that they are bidding for. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Relevant experience to carry out the Works/Services the bidder is tendering for. Appropriate level of manpower, management and equipment to service this Contract. All Contractors, Sub-Contractors and Site Tradespersons must hold the relevant qualifications and certification for the relevant Lot. Where required bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Bidders must detail relevant qualifications and certifications in association to the relevant lot being tendered for.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2026/S 000-004834
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
29 April 2026
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
29 April 2026
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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:
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:
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:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
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)
VI.4) Procedures for review
VI.4.1) Review body
Dumbarton Sheriff Court and Justice of the Peace Court
Sheriff Court House, Church Street
Dumbarton
G82 1QR
Country
United Kingdom
