Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Park, Central Boulevard
Larbert
FK5 4RU
UK
Telephone: +44 1324506566
E-mail: cpu@falkirk.gov.uk
NUTS: UKM76
Internet address(es)
Main address: http://www.falkirk.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Internal Painterwork to Void Housing Properties
Reference number: PS/036/24
II.1.2) Main CPV code
45440000
II.1.3) Type of contract
Works
II.1.4) Short description
Falkirk Council invites tenders to quote for void property painterwork in Falkirk Council residential properties. This opportunity is for the provision of painterwork in approximately 1,000 void properties across the Falkirk Council area.
II.1.5) Estimated total value
Value excluding VAT:
1 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45442100
45442110
45442180
45451000
II.2.3) Place of performance
NUTS code:
UKM76
Main site or place of performance:
Falkirk Council areas of operation.
II.2.4) Description of the procurement
The Contractor will be given an initial programme of approximately 1,000 properties within the Falkirk Council boundary where Void Works are to be undertaken as part of on-going contractual works within BMD. This programme will be outlined at Contract pre-start meetings. As Void works are a reactive service, further properties will be added on a daily basis and progress will be monitored at ongoing programme review meetings.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality Assessment
/ Weighting: 10
Price
/ Weighting:
90
II.2.6) Estimated value
Value excluding VAT:
1 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
II.2.14) Additional information
See available tender documentation for further information.
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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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 with several operators.
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-006255
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/03/2024
Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
28/03/2024
Local time: 11:00
Place:
Falkirk.
Information about authorised persons and opening procedure:
Corporate Procurement Unit.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
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=759159.
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 will be required to provide 2 x 6-week periods per annum of paid work experience opportunities. The trainee will be obtained from a source agreed by the Council and the placement can be across a range of disciplines to be determined by the successful contractor. The contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.
For further information see available tender documentation.
(SC Ref:759159)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=759159
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Falkirk Sheriff Court and Justice of the Peace Court, Sheriff Court House, Main Street, Camelon
Falkirk
FK1 4AR
UK
VI.5) Date of dispatch of this notice
27/02/2024