Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
Abbotsford House, David's Loan
Falkirk
FK2 7YZ
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Scaffolding Hire and Inspection Services to Falkirk Council Housing Properties
Reference number
CHS/166/22
two.1.2) Main CPV code
- 44212310 - Scaffolding
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Council propose to enter into a Framework Agreement for Scaffolding Hire and Inspection Services to Falkirk Council Housing Properties.
The scope includes the provision, erecting, handover, maintaining and dismantling of on-hire scaffolding, to Falkirk Council Housing properties, in addition to separately undertaking tests and inspections of this scaffolding.
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 Scaffolding Hire - approximate framework term Lot Value 4 680 000 GBP (95%)
Lot 2 Scaffold Inspection and Tie Testing - approximate framework term Lot Value 240 000 GBP(5%)
two.1.5) Estimated total value
Value excluding VAT: £4,920,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Scaffold Inspection and Tie Testing
Lot No
2
two.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
- 71631000 - Technical inspection services
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Area
two.2.4) Description of the procurement
Lot 2 Scaffold Inspection and Tie Testing
Approximate framework term Lot Value 240 000 GBP (5%)
Undertaking Scaffolding inspections and tie testing of scaffolding at Council housing properties throughout the Falkirk Council boundary.
Please refer to ITT documentation and appendices, enclosed
in appropriate Public Contracts Scotland Tender (PCS-T) envelopes
two.2.5) Award criteria
Quality criterion - Name: Service Provision / Weighting: 5.0/20 (25%)
Quality criterion - Name: Management of Agreement / Weighting: 5.0/20 (25%)
Quality criterion - Name: Risk Assessment / Weighting: 5.0/20 (25%)
Quality criterion - Name: Quality Assurance / Weighting: 1.0/20 (5%)
Quality criterion - Name: Fair Work First / Weighting: 4.0/20 (20%)
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £240,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2023
End date
31 January 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lot 2 Scoring: Commercial Envelope 80%, Technical Envelope 20%
two.2) Description
two.2.1) Title
Scaffolding Hire
Lot No
1
two.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
- 45262110 - Scaffolding dismantling work
- 45262120 - Scaffolding erection work
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Area
two.2.4) Description of the procurement
Lot 1 Scaffolding Hire
Approximate framework term Lot Value 4 680 000 GBP (95%)
Carrying out the providing of, erecting, handover, maintaining and dismantling of on-hire Scaffolding to Council housing properties throughout the Falkirk Council boundary.
Please refer to ITT documentation and appendices, enclosed in appropriate Public Contracts Scotland Tender (PCS-T) envelopes
two.2.5) Award criteria
Quality criterion - Name: Service Provision / Weighting: 9.0/40 (22.5%)
Quality criterion - Name: Management of Agreement / Weighting: 4.0/40 (10.0%)
Quality criterion - Name: Operational Management / Weighting: 9.0/40 (22.5%)
Quality criterion - Name: Scaffold Replacement / Weighting: 5.0/40 (12.5%)
Quality criterion - Name: Risk Assessment / Weighting: 5.0/40 (12.5%)
Quality criterion - Name: Quality Assurance / Weighting: 3.0/40 (7.5%)
Quality criterion - Name: Fair Work First / Weighting: 5.0/40 (12.5%)
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £4,680,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2023
End date
31 January 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lot 1 Scoring: Commercial Envelope 60%, Technical Envelope 40%
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
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 Lots – Participant Membership: National Access & Scaffolding Confederation (NASC)
All Lot 1 and/or Lot 2 Participants and any proposed sub-contractors shall be registered/accredited and hold current full membership from National Access & Scaffolding Confederation (NASC) the national trade body for access and scaffolding in the UK.
Where this evidence does not clearly highlight this information to the satisfaction of the Council, this evidence shall be deemed non-compliant and the Participant tender bid shall be rejected and excluded at the sole discretion of the Council.
Refer to PCS-T Qualification Envelope (SPD), Part 4A, Sections 1.71.4, 1.71.5, 1.71.6
three.1.2) Economic and financial standing
List and brief description of selection criteria
The Selection Criteria is outlined in the online PCST 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.
Minimum level(s) of standards possibly required
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 PCST):
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.
Product and Public Liability Insurance = 10 000 000 GBP.
Professional Indemnity Insurance = 2 000 000 GBP.
Bidders who do not meet the criteria above may be excluded from further participation in this procurement exercise.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The Participant / Bidder will provide a minimum of 2 relevant examples of relevant services carried out during the last three years as detailed in PCST Qualification Envelope (SPD) section 4C.1.2. Examples from both public and/or private sector customers and clients may be provided within the embedded PCS-T question proforma template 4C.1.2 Technical Experience.
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 PCST Qualification Envelope (SPD) section 1.74.1
OR
The Participant / Bidder must provide responses in relation to 4D.1.4 A through to K in the document SPD (Scotland) Standard Statements v1.1
Minimum level(s) of standards possibly required
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 4C and 4D, and for ITT Award Criteria, including how each individual element is scored, please refer to Scoring of Submissions, scorecard system within ITT documentation.
Only the information you provide specifically within the response to each question will be considered in evaluating your answer to that particular question. If supporting documentation is used in responding to a question, the documentation must be clearly referenced within the answer and the particular section within the attached document specified clearly.
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 2015. Please refer the ITT and related documentation on PCS Tender.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 September 2022
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 September 2022
Local time
11:00am
Place
Falkirk
Information about authorised persons and opening procedure
Tender Opening Committee comprising Council Procurement Adviser and Governance personnel
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: August 2026
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Where required, scoring of Selection Criteria, including but not limited to Quality Assurance Schemes (SPD 4C, 4D) as outlined in the Qualification Envelope (SPD) on PCST, 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 all relevant current Scottish Government guidance for businesses in Scotland on keeping safe during the COVID-19 outbreak. Contractors awarded to this framework will provide their COVID procedures for discussion and agreement with the Council at contract pre start meetings, prior to the commencement of the receipt of work orders.
The Contractor shall ensure all relevant and necessary current COVID related working arrangements and protective measures are in place to safeguard all Contractor, Council personnel and tenants / residents of the Falkirk Council area.
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 Tender 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=701232.
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 who’s cumulative level of spend is greater than 100k GBP but less than 500k GBP will be required to provide at least twelve (No. 12) weeks of work experience. The contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.
All Contractors on the Framework who’s cumulative level of spend is greater than 500k GBP but less than 1M GBP will be required to provide at least twenty-six (No. 26) weeks of work experience. The contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.
All Contractors on the Framework will be required to provide the following employed status training opportunities
1st Opportunity: cumulative spend reaches 1M GBP
2nd Opportunity: cumulative spend reaches 2M GBP
3rd Opportunity: cumulative spend reaches 3M GBP
Please refer to the ITT documentation for full details, accessed via PCS-T
(SC Ref:701232)
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court and Justice of the Peace Court
Sheriff Court House, Main Street, Camelon
Falkirk
FK1 4AR
Country
United Kingdom