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