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
Electrical Installation Condition Reports (EICR) and Repairs
Cyfeirnod: PS/439/25
II.1.2) Prif god CPV
45310000
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
The Council propose to enter into a Framework Agreement for carrying out inspections of existing electrical installations, provide an Electrical Installation Condition Report (EICR) and undertaking subsequent Repairs to Council Occupied and Void Housing Properties, within the Falkirk Council Area of Operations.
Intended that up to 6 Contractors are to be appointed.
The approximate 5 year full framework value is GBP 15 450 000.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 15 450 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
45310000
45311000
II.2.3) Man cyflawni
Cod NUTS:
UKM76
Prif safle neu fan cyflawni:
Falkirk Council Area
II.2.4) Disgrifiad o’r caffaeliad
Framework Agreement is for the carrying out a programme of inspections of existing electrical installations to identify (in order of priority) any deficiencies against the national safety standard for electrical installations thereby providing an EICR report. Undertake subsequent identified repairs to Falkirk Council Occupied and Void Housing Properties.
Please refer to enclosed ITT documentation and appendices, via Public Contracts Scotland (PCS) portal.
Approximate framework term Value GBP 15 450 000
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: A1 Service Provision
/ Pwysoliad: 8/40
Maes prawf ansawdd: A2 Health & Safety
/ Pwysoliad: 6/40
Maes prawf ansawdd: A3 Legislation
/ Pwysoliad: 4/40
Maes prawf ansawdd: A4 Electrical Compliance and Resource
/ Pwysoliad: 4/40
Maes prawf ansawdd: A5 Quality Assurance
/ Pwysoliad: 6/40
Maes prawf ansawdd: A6 Contract / Account Management
/ Pwysoliad: 6/40
Maes prawf ansawdd: A7 Fair Work First
/ Pwysoliad: 6/40
Price
/ Pwysoliad:
60
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 15 450 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/02/2026
Diwedd:
31/01/2031
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.
All Participants, Contractors and any proposed sub-Contractors, shall be registered members of either the National Inspection Council for Electrical Installation Contractors (NICEIC) or Scotland’s Trade Association for the Electrical Industry (SELECT). Bidders will submit documentary evidence of their current and valid membership of NICEIC or SELECT within their bid SPD submission.
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 Liability Insurance = GBP 5 000 000 any one claim.
Public Liability Insurance = GBP 5 000 000 in the aggregate.
Bidders who do not meet the criteria above may be excluded from further participation in this procurement exercise.
It is the responsibility of the Contactor to ensure that all employees, plant, tools and all associated support equipment are fully insured for use within a site environment (including travelling to & from site) during the required work periods.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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: 6
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: 5 year duration allows for BS7671 guidance that EICR inspections be undertaken over a recommended 5 year period for rented properties.
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:
14/11/2025
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:
14/11/2025
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:
September 2030
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.
Bidding organisations should note:
They are responsible for the accuracy of information submitted in respect of them and knowingly providing false information may constitute fraud.
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).
Coronavirus (COVID-19) Scottish Government Guidance
The Contractor shall fully comply with any and all relevant current Scottish Government guidance for businesses in Scotland.
Bidders in so far as they are known, are requested to list the details of any subcontractors they propose to use.
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=795316.
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:
All Contractors on the Framework will be required to provide the following employed status training opportunities (i.e. modern apprenticeships) when the cumulative level of spend detailed below is reached. Trainees are to be obtained from a source agreed by the Council. The employed status training opportunity can be across a range of disciplines to be determined by the successful Contractor. The Contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.
1st Opportunity: cumulative spend reaches GBP 1M
2nd Opportunity: cumulative spend reaches GBP 4M
Refer to Schedule 6 of ITT document for full details.
(SC Ref:795316)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=795316
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
10/10/2025