Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Official name: Procurement for Housing Ltd (t/a PfH Scotland)
Postal address: Lomond Court
Town: Stirling
NUTS code: UKM Scotland
Postal code: FK9 4TU
Country: United Kingdom
E-mail: JAshcroft@pfh.co.uk
Telephone: +44 8000315405
Internet address(es):
Main address: http://www.pfhscotland.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA18142
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/procurementforhousing/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/procurementforhousing/aspx/Home
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
PfH Asset Decarbonisation & Retrofit Solutions DPS
Reference number: PFH/00000368
II.1.2)Main CPV code
45000000 Construction work
II.1.3)Type of contract
Works
II.1.4)Short description:
Procurement for Housing seeks to establish a Dynamic Purchasing System for Asset Decarbonisation and Retrofit Solutions, providing a singular solution for our membership to design, assess and deliver their net zero ambitions. The DPS includes provision for goods, works and services and is open to social housing providers and the wider public sector (https://procurementforhousing.co.uk/permissible-users/across) across Scotland. The opportunity has been divided into nine categories as follows:
1 PAS Services
2 Net Zero Technical Consultancy
3 Primary Measures - Fabric First
4 Secondary Measures – Net Zero Technologies Installation and Maintenance
5 Whole House Retrofit
6 District Infrastructure and Systems Installation and Maintenance
7 Net Zero Materials Supply
8 Net Zero Technology Solutions
9 Retrofit Training Academy
Organisations can apply apply to become qualified suppliers in one or more lots. At the invitation to tender stage PfH Members will define the requirements including tender requirements and specification, delivery model, pricing model and form of contract.
II.1.5)Estimated total value
Value excluding VAT: 950 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Any combination of Lots 1-9
II.2)Description
II.2.1)Title:
Whole House Retrofit
Lot No: 5
II.2.2)Additional CPV code(s)
45262700 Building alteration work
45300000 Building installation work
45320000 Insulation work
45331210 Ventilation installation work
45262650 Cladding works
45421100 Installation of doors and windows and related components
45421143 Installation work of blinds
50700000 Repair and maintenance services of building installations
98391000 Decommissioning services
50721000 Commissioning of heating installations
45331200 Ventilation and air-conditioning installation work
09323000 District heating
45310000 Electrical installation work
71321200 Heating-system design services
45330000 Plumbing and sanitary works
45350000 Mechanical installations
45331100 Central-heating installation work
50720000 Repair and maintenance services of central heating
45331000 Heating, ventilation and air-conditioning installation work
09332000 Solar installation
45315000 Electrical installation work of heating and other electrical building-equipment
50710000 Repair and maintenance services of electrical and mechanical building installations
32424000 Network infrastructure
45260000 Roof works and other special trade construction works
45223200 Structural works
II.2.3)Place of performance
NUTS code: UKM Scotland
II.2.4)Description of the procurement:
Works delivery of whole house retrofit to include but not be limited to; Building Fabric Measures (BFM), Building Services Mechanical (BSM), Building Services Electrical (BSE), MCS Installation Measure (MIS) – low carbon and net zero technologies and decommissioning of traditional systems. Works performed will include the design, installation, inspection, testing and/or handover and any subsequent maintenance works. All services delivered will be in accordance with PAS 2035:2019 standards and installed in accordance with PAS 2030:2019.Works undertaken within this DPS may also cover PAS 2038:2021 for non-domestic buildings.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 350 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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: yes
Identification of the project:
Project specific, defined at ITT Stage
II.2.14)Additional information
II.2)Description
II.2.1)Title:
District Infrastructure and Systems, Installation and Maintenance
Lot No: 6
II.2.2)Additional CPV code(s)
09323000 District heating
09332000 Solar installation
45232140 District-heating mains construction work
45251250 District-heating plant construction work
45259300 Heating-plant repair and maintenance work
45300000 Building installation work
45310000 Electrical installation work
45315000 Electrical installation work of heating and other electrical building-equipment
45317000 Other electrical installation work
45320000 Insulation work
45331000 Heating, ventilation and air-conditioning installation work
45350000 Mechanical installations
50000000 Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations
50721000 Commissioning of heating installations
65400000 Other sources of energy supplies and distribution
71321000 Engineering design services for mechanical and electrical installations for buildings
71323200 Plant engineering design services
98391000 Decommissioning services
II.2.3)Place of performance
NUTS code: UKM Scotland
II.2.4)Description of the procurement:
Delivery of district infrastructure and systems to include but not be limited to; Building Services Mechanical (BSM), Building Services Electrical (BSE), MCS Installation Measure (MIS) – low carbon and net zero technologies and decommissioning of traditional systems may be required. Works performed will include the design, installation, inspection, testing and/or handover and any subsequent maintenance works. All services delivered will be in accordance with PAS 2035:2019 standards and installed in accordance with PAS 2030:2019. Works undertaken within this DPS may also cover PAS 2038:2021 for non-domestic buildings.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 40 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system
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: yes
Identification of the project:
Project specific, defined at ITT Stage
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Net Zero Materials Supply
Lot No: 7
II.2.2)Additional CPV code(s)
44111000 Building materials
42511110 Heat pumps
44622000 Heat-recovery systems
09323000 District heating
09331000 Solar panels
44212381 Cladding
42530000 Parts of refrigerating and freezing equipment and heat pumps
42515000 District heating boiler
44112500 Roofing materials
31120000 Generators
42131110 Central-heating radiator valves
44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
24961000 Radiator fluids
31000000 Electrical machinery, apparatus, equipment and consumables; lighting
09331200 Solar photovoltaic modules
44112600 Sound insulation
44621110 Central-heating radiators
44621000 Radiators and boilers
39721300 Non-electric air heaters or hot air-distributors
39721400 Instantaneous or storage non-electric water heaters
44112000 Miscellaneous building structures
42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
44221000 Windows, doors and related items
39715000 Water heaters and heating for buildings; plumbing equipment
42500000 Cooling and ventilation equipment
39715100 Electric instantaneous or storage water heaters and immersion heaters
39715200 Heating equipment
39721310 Air heaters
09110000 Solid fuels
31527300 Domestic lights
44111520 Thermal insulating material
31121330 Wind turbine generators
31121320 Wind turbines
II.2.3)Place of performance
NUTS code: UKM Scotland
II.2.4)Description of the procurement:
The supply of low carbon and net zero products and associated services for whole house retrofit works, covering products for building fabric, services, electrical and low carbon and net zero products. Goods supplied can be sourced via merchants, distributors or directly from the manufacturer.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 75 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of 5 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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: yes
Identification of the project:
Project specific, defined at ITT Stage
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Net Zero Technology Solutions
Lot No: 8
II.2.2)Additional CPV code(s)
48517000 IT software package
48170000 Compliance software package
72200000 Software programming and consultancy services
72212517 IT software development services
48311000 Document management software package
48300000 Document creation, drawing, imaging, scheduling and productivity software package
48100000 Industry specific software package
48312000 Electronic publishing software package
72212931 Training software development services
48200000 Networking, Internet and intranet software package
48420000 Facilities management software package and software package suite
48000000 Software package and information systems
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UKM Scotland
II.2.4)Description of the procurement:
The provision of net zero technology solutions including but not limited to: BIM modelling, pre and post measurements and reflection, data aggregation and insight systems, asset tagging solutions and energy performance assessment tools.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 55 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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: yes
Identification of the project:
Project specific, defined at ITT Stage
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Retrofit Training Academy
Lot No: 9
II.2.2)Additional CPV code(s)
80000000 Education and training services
80521000 Training programme services
79632000 Personnel-training services
80510000 Specialist training services
80522000 Training seminars
80550000 Safety training services
80540000 Environmental training services
II.2.3)Place of performance
NUTS code: UKM Scotland
II.2.4)Description of the procurement:
The provision of net zero training provisions to service upskilling of members staff and supply chain partners, including but not limited to: PAS Services, installer training, professional services, software training, or other accredited energy efficiency training provision. Solutions can be both manufacturer led or delivered through approved schemes.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 30 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system
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: yes
Identification of the project:
Project specific, defined at ITT Stage
II.2.14)Additional information
II.2)Description
II.2.1)Title:
PAS Services
Lot No: 1
II.2.2)Additional CPV code(s)
71314000 Energy and related services
71600000 Technical testing, analysis and consultancy services
71321000 Engineering design services for mechanical and electrical installations for buildings
71315200 Building consultancy services
71314300 Energy-efficiency consultancy services
71000000 Architectural, construction, engineering and inspection services
71310000 Consultative engineering and construction services
71315000 Building services
71315300 Building surveying services
II.2.3)Place of performance
NUTS code: UKM Scotland
II.2.4)Description of the procurement:
Provision of PAS accredited services for both domestic dwellings (PAS 2035:2019) and non-domestic buildings (PAS 2038:2021). Services will predominately be for of PAS 035:2019, including one of the following retrofit roles: Advisor, Assessor, Coordinator, Designer and Evaluator. These services will cover industry standardised energy efficient assessment, measurement, and reporting/reflection.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 50 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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: yes
Identification of the project:
Project specific, defined at ITT Stage
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Net Zero Technical Consultancy
Lot No: 2
II.2.2)Additional CPV code(s)
71000000 Architectural, construction, engineering and inspection services
71200000 Architectural and related services
71240000 Architectural, engineering and planning services
71250000 Architectural, engineering and surveying services
71310000 Consultative engineering and construction services
71314200 Energy-management services
71314300 Energy-efficiency consultancy services
71315210 Building services consultancy services
71320000 Engineering design services
71324000 Quantity surveying services
71334000 Mechanical and electrical engineering services
71500000 Construction-related services
71540000 Construction management services
71630000 Technical inspection and testing services
II.2.3)Place of performance
NUTS code: UKM Scotland
II.2.4)Description of the procurement:
Provision of technical services pertaining to the delivery of net zero solutions within domestic dwellings and non-domestic buildings in accordance with PAS 2035:2019 and PAS 2038:2021. To include technical services to support members to survey, assess, design, facilitate and evaluate the delivery of energy efficient measures (EEM) compliant with PAS 2035:2019/ PAS 2038:2021 and net zero ambitions. Appointments will include but not be limited to: Architects, Architectural Technologists, Chartered Building Services Engineers, Chartered Quantity Surveyors, Chartered Construction/Project Managers, Planning Consultants, Financial Management and Funding and Grant Consultancy Services. Applicants must be qualified to perform one of the professional services listed.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 50 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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: yes
Identification of the project:
Project specific, defined at ITT Stage
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Primary Measures - Fabric First
Lot No: 3
II.2.2)Additional CPV code(s)
45320000 Insulation work
45262650 Cladding works
45223200 Structural works
45260000 Roof works and other special trade construction works
45262700 Building alteration work
45300000 Building installation work
45331210 Ventilation installation work
45421100 Installation of doors and windows and related components
45421143 Installation work of blinds
50700000 Repair and maintenance services of building installations
II.2.3)Place of performance
NUTS code: UKM Scotland
II.2.4)Description of the procurement:
Works delivery of primary fabric first measures to include but not be limited to Building Fabric Measures (BFM) energy efficiency measures. Works performed will include the design, installation, inspection, testing and/or handover and any subsequent maintenance works. All services delivered should be in accordance with PAS 2035:2019 standards and installed in accordance with PAS 2030:2019, as may be amended from time to time. Works undertaken may also include PAS 2038:2021.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 150 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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: yes
Identification of the project:
Project specific, defined at ITT Stage
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Secondary Measures – Net Zero Technologies Installation & Maintenance
Lot No: 4
II.2.2)Additional CPV code(s)
45315000 Electrical installation work of heating and other electrical building-equipment
32424000 Network infrastructure
45300000 Building installation work
50710000 Repair and maintenance services of electrical and mechanical building installations
45331000 Heating, ventilation and air-conditioning installation work
50720000 Repair and maintenance services of central heating
45331100 Central-heating installation work
45350000 Mechanical installations
45330000 Plumbing and sanitary works
71321200 Heating-system design services
45310000 Electrical installation work
09323000 District heating
45331200 Ventilation and air-conditioning installation work
50721000 Commissioning of heating installations
98391000 Decommissioning services
09332000 Solar installation
45259300 Heating-plant repair and maintenance work
50700000 Repair and maintenance services of building installations
II.2.3)Place of performance
NUTS code: UKM Scotland
II.2.4)Description of the procurement:
Works delivery of secondary measures – low carbon and net zero technologies, to include but not be limited to Building Services Mechanical (BSM), Building Services Electrical (BSE), MCS Installation measure (MIS) energy efficiency measures. Works performed will include the design, installation, inspection, testing and/or handover and any subsequent maintenance works. All services delivered will be in accordance with PAS 2035:2019 standards and installed in accordance with PAS 2030:2019.Works undertaken within this DPS may also cover PAS 2038:2021 for non-domestic buildings.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 150 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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: yes
Identification of the project:
Project specific, defined at ITT Stage
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As a minimum organisations must hold the accreditation's / certifications as detailed with the selection criteria stated in the procurement documents.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Will be included within the Invitation to Tender documentation issued under the Dynamic Purchasing System.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 25/08/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 01/09/2022
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
This Dynamic Purchasing System (DPS) may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the DPS; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the DPS; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the DPS; Any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the DPS; Any wholly owned subsidiaries of any of the above Organisations And any other contracting authority listed on the following page of the PfH website: http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.
NOTE: To register your interest in this notice and obtain any additional information, please visit the InTend website at https://in-tendhost.co.uk/procurementforhousing
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Sub-contracting is tested as part of this Pre-Qualification. Any subsequent sub-contracting clauses will be added to the underlying contract following further competition.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Community Benefits to be defined at ITT stage by the contracting parties within the underlying contract.
(SC Ref:701414)
VI.4)Procedures for review
VI.4.1)Review body
Official name: Edinburgh Sheriff Court
Postal address: 27 Chambers Street
Town: Edinburgh
Postal code: EH1 1LB
Country: United Kingdom
VI.5)Date of dispatch of this notice:
26/07/2022