Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Park, Central Boulevard
Larbert
FK5 4RU
Contact
Paul O'Donnell
Telephone
+44 1324506070
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
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk
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
https://www.publiccontractsscotland.gov.uk
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
Multi Trade Void Property Works
Reference number
PS/447/25
two.1.2) Main CPV code
- 45260000 - Roof works and other special trade construction works
two.1.3) Type of contract
Works
two.1.4) Short description
The Council propose to enter into a Framework Agreement for Multi Trade Void Property Works, within the Falkirk Council Area of Operations.
It is intended that up to 6 Contractors are to be appointed.
The approximate 4 year full framework value is GBP 7,200,000.
two.1.5) Estimated total value
Value excluding VAT: £7,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45421100 - Installation of doors and windows and related components
- 45421130 - Installation of doors and windows
- 45421000 - Joinery work
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
- 45410000 - Plastering work
- 45432110 - Floor-laying work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 90910000 - Cleaning services
- 45310000 - Electrical installation work
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council Area
two.2.4) Description of the procurement
Framework Agreement for provision of Multi Trade Void Property Works to the Falkirk Council area.
Scope of the framework includes:
Brickwork and Fire replacement
Bin Stores, Gates
Doors and Ironmongery installation and repair
Window installation and repair
Kitchen installation and repair
Bathrooms, Showers and Sinks
Plastering
Flooring and Skirtings
Loft Insulation
Tilerwork
Central Heating
Rainwater Work
House Cleans
EICR and Electrical Repair
Please refer to enclosed ITT documentation and appendices, via Public Contracts Scotland (PCS) portal
Approximate framework term Lot Value GBP 7 200 000
two.2.5) Award criteria
Quality criterion - Name: A1 Timescale and Materials management / Weighting: 5/25
Quality criterion - Name: A2 Management and Staffing of agreement / Weighting: 5/25
Quality criterion - Name: A3 Electrical Quality Assurance / Weighting: 5/25
Quality criterion - Name: A4 Health and Safety Procedures / Weighting: 5/25
Quality criterion - Name: A5 Fair Work First / Weighting: 5/25
Price - Weighting: 75
two.2.6) Estimated value
Value excluding VAT: £7,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2025
End date
30 September 2029
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
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 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.
three.1.2) Economic and financial standing
List and brief description of selection criteria
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.
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 ITT document and Qualification Envelope (SPD within PCS):
Employer’s (Compulsory) Liability Insurance = GBP 10 000 000 any one claim.
Product and Public Liability Insurance = GBP 2 000 000. Public Liability any one claim; Product Liability in the aggregate.
Contract Works = GBP 1 000 000.
Commercial motor insurance = minimum requirements as per UK Legislation.
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 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.
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 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.
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: 6
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
23 July 2025
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
23 July 2025
Local time
11:00am
Place
Falkirk
Information about authorised persons and opening procedure
Tender Opening Committee comprising Council Principal Procurement Specialist
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: April 2029
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
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).
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 and liaise with PCS support directly if and as required, 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=795317.
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:
Contractor Ranked No. 1 following evaluation will be required to provide One Modern Apprenticeship (MA), or equivalent, within six months from award of the contract who is obtained from a source agreed by the Council.
All Other Framework Contractors will deliver community benefits which align with at least one of the themes and outcomes contained within the Falkirk Plan that equate to at least GBP 500 for each GBP 100,000 of spend. The contractor will be required to meet with Falkirk Council’s Community Service to discuss implementation once the financial threshold has been reached.
Please refer to ITT document, Schedule 6 for full details of Community Benefits
(SC Ref:795317)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=795317
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