Back to contracts list

External & Communal Pre Construction Services and Works to Houses Framework  CRN00039877

Aberdeen City Council

Contract Information

External & Communal Pre Construction Services and Works to Houses Framework Multiple Supplier Framework (of up to three contractors per Lot) to undertake various services and works related to improvement and planned maintenance works, by means of Pre-construction Services Call-offs and Works Call-offs. This Framework is to be split into 3no Lots as follows: LOT 1, Pre-Construction Services and External works, to low rise properties LOT 2, Pre-Construction Services and External works, to high rise properties LOT 3, Pre-Construction Services and Communal works, to low rise and high rise properties The following descriptions are indicative of the types of services and works that may be commissioned under each Lot. In addition, other similar services and works may also be commissioned. Bidders should note that the estimated value below consists of the provisional budget allocated within the capital plan for all contractors. The actual value per contractor will be expected to be a much smaller proportion following distribution of work amongst an anticipated 3no framework contractors per lot. Work and budgets per contractor will also be affected by work carried out by direct in-house resources, contingency allowances, non-access to properties, efficiency savings, and subject to regular reviews and re-allocations of priorities by the Council. The non-binding target is that each framework contractor would receive approximately: Lot1 GBP2-4Million of work turnover per year; Lot2 GBP1-2Million of work turnover per year; Lot3 GBP0.3-1Million of work turnover per year; The framework contractors will also be required to perform to the council's key performance indicator targets, and community benefits expectations (described elsewhere) Types of work that may be awarded to framework contractors, but is non-binding, is detailed below: LOT 1 Pre-Construction Services and External works, to low rise properties Repairs and/or installation of: external masonry, concrete and joinery flat and pitched roof coverings, external and cavity wall insulation, and related works Door/window/screen replacements Photo voltaic panels and/or air source heat pumps Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Utility company coordination so as to reposition and/or replace gas pipework, meters etc Any other relevant services or works LOT 2 Pre-Construction Services and External works, to high rise properties Repairs and/or installation of: external masonry, concrete and joinery flat roof coverings external and cavity wall insulation, and related works Door/window/screens Repairs and/or renewing lightning protection and roof ventilation fans Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Any other relevant services or works LOT 3 Pre-Construction Services and Communal works, to low rise and high rise properties Repairs and/or installation of: Communal door/window/screens Foyer/communal hall/stair upgrading Firestopping, smoke control ventilation Below and above ground drainage lightning protection and mechanical ventilation door entry systems and communal lighting electrical switchgear, distribution and containment fire/smoke detection fire alarms fire suppression systems Communal potable water tank replacements Communal space heating replacements Communal hot & cold water services replacements Automatic Controls for communal mechanical and electrical services Fire Panel Controls for communal fire protection Lift replacements Any other relevant services or works

Value
GBP 20,000,000
Deadline
28/11/2025 (8 days ago)
Selection Criteria
No selection criteria provided
Documents attached
  • External & Communal Pre Construction Services and Works to Houses Framework  CRN00039877 (contractNotice)text/html
  • No title (economicSelectionCriteria)No format
    No document URL
  • No title (technicalSelectionCriteria)No format
    No document URL
  • SPD Instructions (No document type)application/vnd.openxmlformats-officedocument.wordprocessingml.document

Buyer Information

The primary buyer of this contract is Aberdeen City Council. There are 2 parties involved in this contract.

Buyer name
Aberdeen City Council
Party #1
Party #2
  • ID:
    org-69
  • Name:
    Aberdeen Sheriff Court and Justice of the Peace Court (Aberdeen Sheriff Court and Justice of the Peace Court)
  • Role:
    reviewBody
  • Address:
    Castle Street Aberdeen, AB10 1WP
  • Contact point:
    Unknown contact name
    Email: aberdeen@scotcourts.gov.uk
    Phone: +44 1224657200
    Website: http://

Metadata

Contract ID
rls-72-NOV542561
Open Contracting ID
ocds-r6ebe6-0000814499
Tender ID
CRN00039877
Buyer name
Aberdeen City Council
Parties involved
  • Aberdeen City Council
  • Aberdeen Sheriff Court and Justice of the Peace Court
Value
GBP 20,000,000
Bid Opening Date
28/11/2025 (8 days ago)
Award start date
28/11/2025 (8 days ago)
Tender end date
28/11/2025 (8 days ago)
Procurement method
Open procedure
Procurement method details
Open procedure
Main procurement category
works
Submission method
electronicSubmission
Submission terms - language
en
Submission terms - bid validity period
Unknown bid validity period
Techniques - Has framework agreement
Yes
Techniques - Framework agreement maximum participants
Unknown maximum participants
Number of lots
3
Lot details (Maximum lots bid per supplier)
Unknown maximum lots bid per supplier
Communication channel
Unknown communication channel
Covered By
GPA
Legal basis
32014L0024
Legal basis scheme
CELEX
Classification (Primary)
45000000: Construction work (CPV)
Classification (Additional)
  • 31200000: Electricity distribution and control apparatus
  • 31216200: Lightning conductors
  • 31518200: Emergency lighting equipment
  • 31625000: Burglar and fire alarms
  • 35111500: Fire suppression system
  • 38431200: Smoke-detection apparatus
  • 42416100: Lifts
  • 42520000: Ventilation equipment
  • 42521000: Smoke-extraction equipment
  • 42961100: Access control system
  • 44112200: Floor coverings
  • 44112400: Roof
  • 44221000: Windows, doors and related items
  • 44611500: Water tanks
  • 45111240: Ground-drainage work
  • 45232450: Drainage construction works
  • 45232451: Drainage and surface works
  • 45232452: Drainage works
  • 45259300: Heating-plant repair and maintenance work
  • 45260000: Roof works and other special trade construction works
  • 45261200: Roof-covering and roof-painting work
  • 45261210: Roof-covering work
  • 45261211: Roof-tiling work
  • 45261212: Roof-slating work
  • 45261213: Metal roof-covering work
  • 45261214: Bituminous roof-covering work
  • 45261410: Roof insulation work
  • 45261900: Roof repair and maintenance work
  • 45261910: Roof repair
  • 45261920: Roof maintenance work
  • 45262330: Concrete repair work
  • 45262522: Masonry work
  • 45310000: Electrical installation work
  • 45311000: Electrical wiring and fitting work
  • 45311100: Electrical wiring work
  • 45312100: Fire-alarm system installation work
  • 45312310: Lightning-protection works
  • 45312311: Lightning-conductor installation work
  • 45313100: Lift installation work
  • 45321000: Thermal insulation work
  • 45331100: Central-heating installation work
  • 45331200: Ventilation and air-conditioning installation work
  • 45331210: Ventilation installation work
  • 45343000: Fire-prevention installation works
  • 45343100: Fireproofing work
  • 45421130: Installation of doors and windows
  • 45421132: Installation of windows
  • 45432111: Laying work of flexible floor coverings
  • 45451000: Decoration work
  • 45453000: Overhaul and refurbishment work
  • 45453100: Refurbishment work
  • 51700000: Installation services of fire protection equipment