°ÅÀÖÊÓÆµ

Construction Tenders

11 October 2025

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 7th Oct 2025

Tender Details
Referenceocds-h6vhtk-05a9c3
Common Procurement VocabularyRoof works and other special trade construction works
Procurement MethodOpen procedure
Value£1,040,600
« Previous Page

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 7th Oct 2025

Tender Details
Referenceocds-h6vhtk-05a9c3
Common Procurement VocabularyRoof works and other special trade construction works
Procurement MethodOpen procedure
Value£1,040,600

Section I: Contracting authority

I.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Park, Central Boulevard

Larbert

FK5 4RU

Contact

Corporate Procurement Unit

Email

cpu [at] falkirk.gov.uk

Telephone

+44 1324506070

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

Buyer's address

I.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

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Flat Roofing Works

Reference number

TCC/083/25B

II.1.2) Main CPV code

  • 45260000 - Roof works and other special trade construction works

II.1.3) Type of contract

Works

II.1.4) Short description

The Council propose to enter into a Framework Agreement for Flat Roofing Works to Council Housing Properties, within the Falkirk Council Area of Operations.

The Authority at all times reserves the right to award all, some, part or none of the agreement. It is intended that up to 5 Contractors are to be appointed.

Approximate framework value over the 3 year and 9 month term GBP 1 040 600

II.1.5) Estimated total value

Value excluding VAT: £1,040,600

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 44112500 - Roofing materials
  • 45260000 - Roof works and other special trade construction works
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work

II.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk Council Area

II.2.4) Description of the procurement

Provision of Flat Roofing Works including all materials.

Please refer to enclosed ITT documentation and appendices, via Public Contracts Scotland (PCS)

Approximate framework term value GBP 1 040 600

II.2.5) Award criteria

Quality criterion - Name: A1 Timescale Management / Weighting: 3.5

Quality criterion - Name: A2 Materials Sourcing / Delivery / Sustainability / Weighting: 3.0

Quality criterion - Name: A3 Management of Agreement / Weighting: 5.0

Quality criterion - Name: A4 Quality Assurance / Weighting: 3.5

Quality criterion - Name: A5 Risk Assessment / Weighting: 5.0

Quality criterion - Name: A6 Fair Work First / Weighting: 5.0

Price - Weighting: 75

II.2.6) Estimated value

Value excluding VAT: £1,040,600

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

5 January 2026

End date

30 September 2029

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.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 Qualification Envelope (SPD within PCS):

Employer’s (Compulsory) Liability Insurance = GBP 10 000 000 any one claim.

Public Liability Insurance = GBP 2 000 000 any one claim.

Product Liability Insurance = GBP 2 000 000 in the aggregate.

Contract Works = GBP 500 000

Bidders who do not meet the criteria above may be excluded from further participation in this procurement exercise.

III.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.

III.2) Conditions related to the contract

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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: 5

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

10 November 2025

Local time

11:00am

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

10 November 2025

Local time

11:00am

Place

Falkirk

Information about authorised persons and opening procedure

Tender Opening Committee comprising Council Principal Procurement Specialist


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: April 2029

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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 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 .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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.

Community benefits are included in this requirement. For more information see:

A summary of the expected community benefits has been provided as follows:

Contractor Ranked No.1 following evaluation will be required to provide a minimum of one (No. 1) period of six weeks per annum paid work experience for a participant(s) who is eligible for help with wages costs.

Please refer to ITT document, Schedule 6 for full details of Community Benefits

(SC Ref:810524)

Download the ESPD document here:

VI.4) Procedures for review

VI.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

Internet address