Section one: Contracting authority
one.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
Contact
Nicola Young
nicola.young@eastdunbarton.gov.uk
Telephone
+44 1415745750
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.eastdunbarton.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
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 another address:
East Dunbartonshire Council
East Dunbartonshire
procurement@eastdunbarton.gov.uk
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
www.publiccontractsscotland.gov.uk
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
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
EDC/2025/4176 DAMP & MOULD SURVEY & MANAGEMENT
two.1.2) Main CPV code
- 71315300 - Building surveying services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority wishes to establish a contract for the provision of reactive surveys of domestic properties reported to be impacted by Damp, Mould, Condensation & Ventilation issues.
The Authority requires a service provider to attend domestic and commercial properties to undertake Damp, Mould, Condensation and/or Ventilation Survey and provide a detailed report of the status and root cause of issues, along with recommended actions to eradicate, reinstate and preventative measures. This may include Laboratory analysis and Mycological assessment & reporting and the supply, installation,management and removal of Air Quality Monitoring Equipment to domestic properties.
two.1.5) Estimated total value
Value excluding VAT: £219,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71315300 - Building surveying services
- 71324000 - Quantity surveying services
- 71321400 - Ventilation consultancy services
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
two.2.4) Description of the procurement
The key requirements include, but are not limited to;
The provision of suitably qualified surveyors to undertake Damp, Mould, Condensation & Ventilation (DMCV) Surveys of domestic tenanted properties and provide a formal report and recommended actions to eradicate and prevent ongoing issues;
Communication with tenants within 72 hours of receipt of PO from EDC to arrange a visit the property.
Undertake the survey within 5 days of receipt of PO from EDC.
Survey reporting and action plan within 48 hours of site visit.
The provision of Damp, Mould, Condensation & Ventilation Survey, formal reporting and recommended actions for common areas of housing
The provision of Damp, Mould, Condensation & Ventilation Re-inspection survey, formal reporting and recommended actions of Domestic Properties
Non-domestic Damp, Mould, Condensation & Ventilation survey formal reporting and recommended actions
To undertake Lab analysis, Mycological assessment & reporting
The supply, installation and removal of Air Quality Monitoring Equipment to domestic properties.
Collection, Management & Reporting of data from Air Quality Monitoring Equipment
The service provider will be required to provide monthly management reports and a dashboard of all properties, demonstrating their service delivery in relation to KPI’s.
The service provider will be required to discuss the issues of condensation with the tenant in instances where air monitoring is showing the air quality issues are being caused by living conditions.
The service provider will be required to provide advice and support in relation to a survey report and recommendation to the authority and to contractors who will undertake the recommendations upon EDC’s instructions.
The service provider may be required to provide witness statements, reports and/or appear in court.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £219,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract will be tendered for renewal in Q1 2028
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is a contract variation process included within the contract to allow for additional servies to be added to the schedule of rates during the contract term.
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
Surveyors should be certified by either of the following: Royal Institution of Chartered Surveyors, (RICS), Chartered Institute of Building (CIOB), Building Research establishment (BRE), or be members of a professional body like the Property Care Association (PCA), Federation of Damp or; other accreditation from relevant bodies.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The conditions of contract are the SBCC Measured Term Contract for use in Scotland MTC/Scot 2019 Edition.
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.1.8) 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
13 August 2025
Local time
12:00pm
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
Tender must be valid until: 12 December 2025
four.2.7) Conditions for opening of tenders
Date
13 August 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This contract will be re-tendered in Q1 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
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=804367.
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:
Tenderers are expected to provide contribution towards community benefits, which will be considered as part of your tender submission. Please detail the actions that you will take to deliver community benefits within the quality questionnaire.
Factors to consider as opportunities for community benefits include:
Generating employment and training opportunities for priority groups
Vocational training
Up-skilling existing workforce
Equality and diversity initiatives
Sub-contracting opportunities available to SME’s, the third sector and supported businesses and/or in the local area
Supply-chain developmental activity
Building capacity in community organisations
Education support initiatives
Working with schools, colleges, universities to offer work experience or educational/professional advice
Community engagement events or providing value to the local community
Minimising negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions ad impacts on protected species, areas, buildings or sites
(SC Ref:804367)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=804367
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom