Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Park, Central Boulevard
Larbert
FK5 4RU
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Hire of Portable Accommodation & Safe Storage Container Units
Reference number
PS/385/25
two.1.2) Main CPV code
- 44211110 - Cabins
two.1.3) Type of contract
Supplies
two.1.4) Short description
Falkirk Council wishes to undertake a tendering process to enter into a framework agreement for the Hire of Welfare Accommodation along with associated Support Services and Safe Storage container Units, to be utilised for on-site use within Falkirk Council’s area of
Operation. The agreement is split into 2 lots (lot 1: Static Welfare Accommodation & Safe Storage Containers c/w associated Support Services) & (lot 2: Mobile Welfare Accommodation).
two.1.5) Estimated total value
Value excluding VAT: £1,100,000
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
Mobile Welfare Accommodation complete with associated Support Services
Lot No
2
two.2.2) Additional CPV code(s)
- 34114300 - Welfare vehicles
- 45212413 - Short-stay accommodation construction work
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operations
two.2.4) Description of the procurement
The provision of Mobile Welfare Units, accessories and supportive services are required to support a number of personnel on site and functions and as such consist of, but are not limited in type or in number of:
Accommodation Welfare Units.
The Accommodation Units provided must be no more than 5 years old and defect free when supplied to site.
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 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
two.2.14) Additional information
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
two.2) Description
two.2.1) Title
Static Welfare Accommodation & Safe Storage Container Units complete with associated Support Services
Lot No
1
two.2.2) Additional CPV code(s)
- 45212413 - Short-stay accommodation construction work
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operations
two.2.4) Description of the procurement
Hire of Static Welfare Accommodation and Safe Storage Container Units. The provision of Units, accessories and supportive services are required to support a number of personnel on site and functions and as such consist of, but are not limited in type or in number of:
Accommodation
Canteen Units.
Drying Units.
Office Units.
WC Units.
Welfare Units.
Storage
Safe Site Storage Container Units.
Support Services
Access Support.
Power Generation.
Furniture.
Septic Tanks (including emptying services).
Water Tanks (including connection services).
Various Trades engagement to commission and decommission facilities.
The Accommodation Units provided must be no more than 5 years old and defect free when supplied to site.
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 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
two.2.14) Additional information
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
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.
NICEIC/SELECT Registration
All Lot 1 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 on Public Contract Scotland.
three.1.2) Economic and financial standing
List and brief description of selection criteria
A Credit safe 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 gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract
Minimum level(s) of standards possibly required
Required Insurances
Employer’s (Compulsory) Liability Insurance = 10 Million GBP
Public Liability Insurance = 10 Million GBP
Product Liability Insurance = 10 Million GBP
Motor Insurance = 5 Million GBP
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Originally published as:
Date
17 December 2024
Local time
11:00am
Changed to:
Date
7 January 2025
Local time
11:00am
See the change notice.
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
17 December 2024
Local time
11:00am
Place
Falkirk
Information about authorised persons and opening procedure
Tender Opening Committee comprising Council Procurement Advisor
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: November 2028
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
1. Bidders will be required to provide 2 examples from the past 3 years that demonstrate that they have the relevant experience to deliver the services/ supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
2. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
3. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or provide additional supportive information as detailed within Document 4 "PS 385 25 SPD (Scotland)
Standardised Statements".
4. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within Document 4 "PS 385 25 SPD (Scotland) Standardised Statements".
6. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or provide additional supportive information as detailed within Document 4 "PS 385 25 (Scotland) Standardised Statements".
7. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response in advance of the submission deadline to avoid any last minute issues.
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=782953.
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:
(a) Lot 1: Contractor Ranked No.1 on the Framework
Contractor Ranked No.1 within Lot 1 following evaluation will be required to provide one Modern Apprenticeship (MA), or equivalent, within four months from award of the contract who is obtained from a source agreed by the Council. The Contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start. The MA placement can be across a range of disciplines to be determined by the successful Provider.
(b) All other Contractors within Lot 1 & Lot 2 on the Framework whose cumulative level of spend is greater than 100k GBP during the term of the agreement will be required to provide at least one six-weeks (No.6) period of paid work experience. Thereafter, an additional six-week period will be required for every 100k GBP of spend recorded. The supplier will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.
(SC Ref:782953)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=782953
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court and Justice of the Peace
Sheriff Court House Main Street Camelon
Falkirk
FK1 4AR
Country
United Kingdom