Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Timber Preservation and Dampness Remedial Works

  • Cyhoeddwyd gyntaf: 24 Ionawr 2026
  • Wedi'i addasu ddiwethaf: 24 Ionawr 2026
  • Fersiwn: N/A
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Falkirk Council
ID Awudurdod:
AA21680
Dyddiad cyhoeddi:
24 Ionawr 2026
Dyddiad Cau:
27 Chwefror 2026
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Falkirk Council invites tenders to participate in a Framework Agreement the provision of Timber Preservation and Dampness Remedial Works in Tenanted and Void Council Housing Properties which may be affected by dampness, condensation / rot and related damage. Contractors will be expected to propose a programme of treatment, repair and renew the affected property.

The Framework Agreement will be awarded on a Lot by Lot basis. The Authority at all times reserves the right to award all, some, part or none of the Lots. The framework consists of 2 Lots; it is intended that up to 5 Contractors per Lot are to be appointed.

Lots -

Lot 1 Remedial Works to Occupied Properties, including Survey

Approximate 4 year framework term Lot Value GBP 7 675 000 (82%)

Lot 2 Remedial Works to Void Properties including Full Property Survey

Approximate 4 year framework term Lot Value GBP 1 685 000 (18%)

The approximate 4 year full framework value is GBP 9 360 000

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Falkirk Council

The Foundry, 4 Central Park, Central Boulevard

Larbert

FK5 4RU

UK

Person cyswllt: Paul O'Donnell

Ffôn: +44 1324506070

E-bost: cpu@falkirk.gov.uk

NUTS: UKM76

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.falkirk.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publiccontractsscotland.gov.uk


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://www.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Tai ac amwynderau cymunedol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Timber Preservation and Dampness Remedial Works

Cyfeirnod: PS/261/25

II.1.2) Prif god CPV

45421000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

Falkirk Council invites tenders to participate in a Framework Agreement the provision of Timber Preservation and Dampness Remedial Works in Tenanted and Void Council Housing Properties which may be affected by dampness, condensation / rot and related damage. Contractors will be expected to propose a programme of treatment, repair and renew the affected property.

The Framework Agreement will be awarded on a Lot by Lot basis. The Authority at all times reserves the right to award all, some, part or none of the Lots. The framework consists of 2 Lots; it is intended that up to 5 Contractors per Lot are to be appointed.

Lots -

Lot 1 Remedial Works to Occupied Properties, including Survey

Approximate 4 year framework term Lot Value GBP 7 675 000 (82%)

Lot 2 Remedial Works to Void Properties including Full Property Survey

Approximate 4 year framework term Lot Value GBP 1 685 000 (18%)

The approximate 4 year full framework value is GBP 9 360 000

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 9 360 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 Remedial Works to Occupied Properties, including Survey

II.2.2) Cod(au) CPV ychwanegol

45420000

45421000

45324000

45410000

45262321

45430000

45432100

45330000

II.2.3) Man cyflawni

Cod NUTS:

UKM76


Prif safle neu fan cyflawni:

Falkirk Council Area

II.2.4) Disgrifiad o’r caffaeliad

Lot 1 Remedial Works to Occupied Properties, including Survey

Site survey of occupied property to identify and specify required remedial works. Undertake subsequent remedial works.

Please refer to enclosed ITT documentation and appendices, via Public Contracts Scotland (PCS).

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: A1 Customer Management One / Pwysoliad: 1.25

Maes prawf ansawdd: A2 Customer Management Two / Pwysoliad: 3.75

Maes prawf ansawdd: A3 Working Plan One / Pwysoliad: 3.75

Maes prawf ansawdd: A4 Working Plan Two / Pwysoliad: 7.25

Maes prawf ansawdd: A5 Housing (Scotland) Bill - Proposed Amendments / Pwysoliad: 4.0

Maes prawf ansawdd: A6 Fair Work First / Pwysoliad: 5.0

Price / Pwysoliad:  75

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 7 675 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 11/05/2026

Diwedd: 10/05/2030

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

Lot 2 Remedial Works to Void Properties including Full Property Survey

II.2.2) Cod(au) CPV ychwanegol

44220000

45421000

45324000

45410000

45432100

45330000

II.2.3) Man cyflawni

Cod NUTS:

UKM76


Prif safle neu fan cyflawni:

Falkirk Council Area

II.2.4) Disgrifiad o’r caffaeliad

Lot 2 Remedial Works to Void Properties including Full Property Survey.

Site survey of void property to identify and specify required remedial works. Undertake subsequent remedial works.

Please refer to enclosed ITT documentation and appendices, via Public Contracts Scotland (PCS).

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: B1 Workload Management and Communication One / Pwysoliad: 3.0

Maes prawf ansawdd: B2 Workload Management and Communication Two / Pwysoliad: 4.0

Maes prawf ansawdd: B3 Workload Management and Communication Three / Pwysoliad: 9.0

Maes prawf ansawdd: B4 Housing (Scotland) Bill - Proposed Amendments / Pwysoliad: 4.0

Maes prawf ansawdd: B5 Fair Work First / Pwysoliad: 5.0

Price / Pwysoliad:  75

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 685 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 11/05/2026

Diwedd: 10/05/2030

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

It is a requirement of this tender that if the Bidder is UK based they must hold a valid registration with Companies House. Where the Bidder is UK based but not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

The Selection Criteria is outlined in the online PCS Qualification Envelope (SPD):

Bidders will be required to state the annual turnover of the bidding entity for the last 3 years.

Where turnover information is not available for the time period requested, the bidder will be required to state the date on which they were set up / started trading.

A Creditsafe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100, the Bidder may be excluded from the tender process unless suitable financial information is provided that give satisfactory assurances to the Council regarding financial risk in appointing the bidder to the proposed Framework.


Lefel(au) gofynnol y safonau sydd eu hangen:

Public Contracts Regulations 2015 state that before awarding the contract, the Contracting Authority shall require the tenderer(s) to submit up to date supporting documents. This includes the insurance requirements stated in the Qualification Envelope (SPD within PCS):

Employer’s (Compulsory) Liability Insurance = GBP 10 000 000 any one claim.

Product and Public Liability Insurance = GBP 5 000 000 any one claim (Lot 1).

Product and Public Liability Insurance = GBP 2 000 000 any one claim (Lot 2).

Professional Indemnity Insurance = GBP 1 000 000 any one claim.

Bidders who do not meet the criteria above may be excluded from further participation in this procurement exercise.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Property Care Association Membership

Participants will provide documentary evidence that you currently hold as a minimum, Provisional membership of the “Property Care Association” and submit this with your tender submission.

The Contractor will require, by commencement of contract start date, to be a full member of the “Property Care Association”.

Falkirk Council require Property Care Association membership specifically, rather than any other related membership body, to ensure all contractors carrying out timber preservation works are competent, qualified and subject to independent regulation. The PCA is a recognised professional body for the sector maintaining rigorous standards in surveying, diagnosis and remedial treatment of dampness and timber defects. Membership provides assurance that contractors operate under approved codes of practice, maintain appropriate training and insurance and are subject to regular technical audits.

The Participant / Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. As outlined in PCS Qualification Envelope (SPD) section 1.74.1

OR

The Participant / Bidder must provide responses in relation to 4D.1.4 A through to M in the document SPD (Scotland) Standard Statements.


Lefel(au) gofynnol y safonau sydd eu hangen:

Any recorded fail shall result in your submission being non compliant and excluded from the process.

For details of any relevant weighted scoring methodology elements for online SPD PCS module Section / Part 4D, and for ITT Award Criteria, including how each individual element is scored, please refer to Scoring of Submissions, scorecard system within ITT documentation.

Exclusion: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations. Please refer the ITT and related documentation on PCS.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 10

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 27/02/2026

Amser lleol: 11:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 27/02/2026

Amser lleol: 11:00

Place:

Falkirk

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

Tender Opening Committee comprising Council Principal Procurement Specialist

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

November 2029

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

All bidders are required to complete and submit the appendix Declaration of Non-involvement in Serious Organised Crime, which will be completed in full, including the highlighted sections and signed where applicable.

In the case of any criminal history convictions checks, Falkirk Council may exclude any organisation where the information provided to Falkirk Council by the Police Service Scotland does not validate fully the information provided by the organisation.

Failure to disclose information relevant to this section or serious misrepresentation in relation to the information disclosed will result in exclusion from this procurement process or the termination of any subsequent contract that may be awarded.

Where required, scoring of Selection Criteria, including but not limited to Quality Assurance Schemes (SPD 4D) as outlined in the Qualification Envelope (SPD) on PCS, will be evaluated using the scorecard system detailed in the ITT document (Scoring of submissions).

Bidders are advised to allow adequate time to submit their electronic response well in advance of the closing time to avoid any last minute problems.

Please ensure you give sufficient time to attach all required documentation for your submitted response, via Public Contracts Scotland in advance of deadline. We will not be able to accept any submissions after this deadline.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=812545.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

We use a point’s-based system to ensure each Contract or Framework Agreement has appropriate community benefits as an essential component. Each action is worth a varying number of points based on how well it contributes to our priorities.

When the Council spends with a Contractor(s), they earn Community Benefit Points.

The number of Points earned correlates directly with Council’s level of spend with a Contractor(s) as outlined ITT documentation and Appendix E and are based on annual spend from Contract start date.

Year 1

Tenderers are required to contact Falkirk Council to discuss in more detail the types of community benefits that could be delivered in Year 1 based on anticipated spend. PS26125 Appendix E Schedule 6 Community Benefits Points Based provides a ‘menu’ of Community Benefits which can be used as a starting point for discussions.

Tenderers are required to complete Annex A below detailing what community benefits will be delivered in Year 1, if successful, and include within their tender submission.

The successful contractor(s) will meet with Council Officers prior to contract start to agree community benefit delivery for Year 1.

Year 2 onwards

Tenderers are required to meet with Falkirk Council at the beginning of each year to agree what community benefits will be delivered that year based on anticipated spend.

Please refer to ITT document, Schedule 6 for full details of Community Benefits

(SC Ref:812545)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=812545

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Falkirk Sheriff Court and Justice of the Peace Court

Sheriff Court House, Main Street, Camelon

Falkirk

FK1 4AR

UK

Cyfeiriad(au) rhyngrwyd

URL: http://www.falkirk.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

23/01/2026

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45421000 Gwaith asiedydd Gwaith gosod gwaith asiedydd a saer
44220000 Gwaith asiedydd adeiladwyr Cynhyrchion strwythurol
45430000 Gwaith gorchuddio lloriau a waliau Gwaith cwblhau adeiladau
45432100 Gwaith gosod a gorchuddio lloriau Gwaith gosod a gorchuddio lloriau, gorchuddio waliau a phapuro waliau
45420000 Gwaith gosod gwaith asiedydd a saer Gwaith cwblhau adeiladau
45262321 Gwaith lefelu lloriau Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45324000 Gwaith plastrfwrdd Gwaith inswleiddio
45410000 Gwaith plastro Gwaith cwblhau adeiladau
45330000 Gwaith plymwr a gwaith glanweithiol Gwaith gosod ar gyfer adeiladau

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
cpu@falkirk.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.