ºÚÁÏÉç

Construction Tenders

05 April 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 10

Status Active

Published 24th Mar 2026

Tender Details
Referenceocds-h6vhtk-060a02
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value-
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 10

Status Active

Published 24th Mar 2026

Tender Details
Referenceocds-h6vhtk-060a02
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Email

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