Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

WLC Trades Contractors Framework

  • First published: 21 January 2026
  • Last modified: 21 January 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
West Lothian Council
Authority ID:
AA20985
Publication date:
21 January 2026
Deadline date:
18 February 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

WLC wish to set up a framework for trades contractors to supplement their Property & Building Service departments. This framework will be split into 14 individual trade lots and 1 multi trade lot. Tenders may be submitted for individual or all lots.

Estimated values of works are based on the full 4 year framework and value of works are not guaranteed.

A maximum number of suppliers will be awarded onto each lot : 3 for lots 1-14 and 5 for lot 15. Reduction will be based on combined technical and commercial evaluation.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

UK

Contact person: Catriona Peden

Telephone: +44 1506283312

E-mail: catriona.peden@westlothian.gov.uk

Fax: +44 1506281325

NUTS: UKM78

Internet address(es)

Main address: http://www.westlothian.gov.uk/article/2468/Contract-Opportunities

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.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

WLC Trades Contractors Framework

Reference number: CC14454

II.1.2) Main CPV code

45210000

 

II.1.3) Type of contract

Works

II.1.4) Short description

WLC wish to set up a framework for trades contractors to supplement their Property & Building Service departments. This framework will be split into 14 individual trade lots and 1 multi trade lot. Tenders may be submitted for individual or all lots.

Estimated values of works are based on the full 4 year framework and value of works are not guaranteed.

A maximum number of suppliers will be awarded onto each lot : 3 for lots 1-14 and 5 for lot 15. Reduction will be based on combined technical and commercial evaluation.

II.1.5) Estimated total value

Value excluding VAT: 32 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

WLC Lot 1 - Bricklayer (incl. stone mason)

II.2.2) Additional CPV code(s)

45262500

45262520

45262521

45262522

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Bricklayer and stone masonry work Contractors for small works, maintenance and reactive repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 260 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot No: 2

II.2.1) Title

WLC Lot 2 - Minor Civils

II.2.2) Additional CPV code(s)

45200000

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical are of West Lothian Council

II.2.4) Description of the procurement

Minor Civils Works contractors for small works, maintenance and reactive repairs to include excavation / foundation . ramps / paths / kerbing / tarmac / paving.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 4 400 000.00  GBP

II.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:

Up to 12 month extension available

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

Lot No: 3

II.2.1) Title

WLC Lot 3 - Electrician

II.2.2) Additional CPV code(s)

45310000

45311000

45311100

45311200

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Electrical contractors for small works, maintenance and reactive repairs.

Suppliers will be required to hold the relevant electrical professional certificates.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 3 500 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot 3 Electrician - current membership of either NICEIC or SELECT or equivalent.

Lot No: 4

II.2.1) Title

WLC Lot 4 - Tiling - Wall and Floor

II.2.2) Additional CPV code(s)

45431000

45431100

45431200

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Tiling contractors for small works, maintenance and reactive repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 80 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot No: 5

II.2.1) Title

WLC Lot 5 - Flooring - including Vinyl / Gym Vinyl and Timber

II.2.2) Additional CPV code(s)

44112210

45432113

45432114

45432100

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Flooring contractors for small works, maintenance and reactive repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 1 040 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot No: 6

II.2.1) Title

WLC Lot 6 - Glazing (Supply and Installation)

II.2.2) Additional CPV code(s)

45441000

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Glazing contractors for small works, maintenance and reactive repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 440 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot No: 7

II.2.1) Title

WLC Lot 7 - Joiner

II.2.2) Additional CPV code(s)

45420000

45421000

44220000

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Joinery contractors for small works, maintenance and reactive repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 1 800 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot No: 8

II.2.1) Title

WLC Lot 8 - Painter

II.2.2) Additional CPV code(s)

45440000

45442100

45442110

45442120

45442121

45442180

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Painting and Decorating Contractors for small works, maintenance and reactive repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 1 408 000.00  GBP

II.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:

Up to 12 Months extension available

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

Lot No: 9

II.2.1) Title

WLC Lot 9 - Plasterer

II.2.2) Additional CPV code(s)

45410000

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Plastering Contractors for small works, maintenance and reactive repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 100 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot No: 10

II.2.1) Title

WLC Lot 10 - Plumber

II.2.2) Additional CPV code(s)

45330000

45332000

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Plumbing Contractors for small works, maintenance and reactive repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 820 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot No: 11

II.2.1) Title

WLC Lot 11 - Roofing (all types)

II.2.2) Additional CPV code(s)

45260000

45261000

45261100

45261200

45261210

45261211

45261212

45261213

45261214

45261215

45112713

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Roofing Contractors for small works, maintenance and reactive repairs. All kinds of work must be accepted.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 2 200 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot No: 12

II.2.1) Title

WLC Lot 12 - Roughcasting

II.2.2) Additional CPV code(s)

45262600

45410000

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Roughcasting Contractors for small works, maintenance and reactive repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 3 120 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot No: 13

II.2.1) Title

WLC Lot 13 - Suspended Ceilings

II.2.2) Additional CPV code(s)

45421146

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Suspended Ceilings Contractors for small works, maintenance and reactive repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 180 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot No: 14

II.2.1) Title

WLC Lot 14 - Fencing & Blacksmiths

II.2.2) Additional CPV code(s)

45340000

34928310

44313100

45342000

71550000

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Fencing & Blacksmiths Contractors for small works, maintenance and reactive repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 1 120 000.00  GBP

II.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:

Up to 12 months extension available

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

Lot No: 15

II.2.1) Title

WLC Lot 15 - Multi Trades

II.2.2) Additional CPV code(s)

45000000

45200000

45210000

45211000

45211340

45211350

45213000

45214100

45214200

45214210

45214220

45214230

45215222

II.2.3) Place of performance

NUTS code:

UKM78


Main site or place of performance:

Properties within the geographical area of West Lothian Council

II.2.4) Description of the procurement

Multi Trades Contractors for small works (up to 2m GBP), maintenance and reactive repairs. All trades in the tender document are required.

Suppliers will require all trades for warranties

II.2.5) Award criteria

Criteria below:

Quality criterion: Health and Safety / Weighting: 10

Quality criterion: Programme Management / Weighting: 10

Quality criterion: Quality / Weighting: 10

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 3

Price / Weighting:  65

II.2.6) Estimated value

Value excluding VAT: 11 920 000.00  GBP

II.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:

Up to 12 months extension available

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

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:

Lot 3 Electrician - membership of NICEIC or SELECT required.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Re SPD question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts.

In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period.

It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer’s financial status.

In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.

Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.


Minimum level(s) of standards required:

Employers Liability Insurance - 10m GBP

Public Liability Insurance - 10m GBP

Professional Indemnity Insurance - 5m GBP

Valid Motor Vehicle Insurance - 5m GBP

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:

2025/S 000-082010

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

Date: 18/02/2026

Local time: 12:00

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 18/02/2026

Local time: 12:00

Place:

PCS-Tender online

Information about authorised persons and opening procedure:

WLC CPU staff on PCS-Tender online

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

3 years if extension is not used - 2029

4 years if extension is used - 2030

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

Re: SPD Q2B, complete information for all company directors, using home address.

TUPE – The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications.

CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except

insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the

Authority will similarly be treated in confidence except:

(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of

Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.

The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.

(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;

(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the

Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.

Figures noted against lots are indicative only of spend over 4 years.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30501. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Please Note: Community Benefits will be evaluated for this procurement procedure and will form 3% of the overall award criteria. More information can be found on the council’s website:

- Community Benefits in Procurement

- Community Benefits Wishlist

(SC Ref:820675)

VI.4) Procedures for review

VI.4.1) Review body

Livingston Sheriff Court

West Lothian Civic Centre Howden South Road

Livingston

EH54 6FF

UK

VI.5) Date of dispatch of this notice

20/01/2026

Coding

Commodity categories

ID Title Parent category
45261214 Bituminous roof-covering work Erection and related works of roof frames and coverings
71550000 Blacksmith services Construction-related services
45262520 Bricklaying work Special trade construction works other than roof works
44220000 Builders joinery Structural products
45210000 Building construction work Works for complete or part construction and civil engineering work
45215222 Civic centre construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45000000 Construction work Construction and Real Estate
45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport Building construction work
45214100 Construction work for kindergarten buildings Construction work for buildings relating to education and research
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45214200 Construction work for school buildings Construction work for buildings relating to education and research
45311200 Electrical fitting work Electrical wiring and fitting work
45310000 Electrical installation work Building installation work
45311000 Electrical wiring and fitting work Electrical installation work
45311100 Electrical wiring work Electrical wiring and fitting work
45261000 Erection and related works of roof frames and coverings Roof works and other special trade construction works
45342000 Erection of fencing Fencing, railing and safety equipment installation work
45262521 Facing brickwork Special trade construction works other than roof works
45340000 Fencing, railing and safety equipment installation work Building installation work
45432100 Floor laying and covering work Floor-laying and covering, wall-covering and wall-papering work
45431100 Floor-tiling work Tiling work
45441000 Glazing work Painting and glazing work
45421146 Installation of suspended ceilings Joinery work
45420000 Joinery and carpentry installation work Building completion work
45421000 Joinery work Joinery and carpentry installation work
45112713 Landscaping work for roof gardens Excavating and earthmoving work
45262500 Masonry and bricklaying work Special trade construction works other than roof works
45262522 Masonry work Special trade construction works other than roof works
45261213 Metal roof-covering work Erection and related works of roof frames and coverings
45262600 Miscellaneous special-trade construction work Special trade construction works other than roof works
45211340 Multi-dwelling buildings construction work Construction work for multi-dwelling buildings and individual houses
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
45440000 Painting and glazing work Building completion work
45442120 Painting and protective-coating work of structures Application work of protective coatings
45442100 Painting work Application work of protective coatings
45442110 Painting work of buildings Application work of protective coatings
45442121 Painting work of structures Application work of protective coatings
45432113 Parquet flooring Floor-laying and covering, wall-covering and wall-papering work
45410000 Plastering work Building completion work
45332000 Plumbing and drain-laying work Plumbing and sanitary works
45330000 Plumbing and sanitary works Building installation work
45214210 Primary school construction work Construction work for buildings relating to education and research
45442180 Repainting work Application work of protective coatings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45261200 Roof-covering and roof-painting work Erection and related works of roof frames and coverings
45261210 Roof-covering work Erection and related works of roof frames and coverings
45261100 Roof-framing work Erection and related works of roof frames and coverings
45261212 Roof-slating work Erection and related works of roof frames and coverings
45261211 Roof-tiling work Erection and related works of roof frames and coverings
34928310 Safety fencing Road furniture
45214220 Secondary school construction work Construction work for buildings relating to education and research
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
44112210 Solid flooring Miscellaneous building structures
45214230 Special school construction work Construction work for buildings relating to education and research
45431000 Tiling work Floor and wall covering work
45431200 Wall-tiling work Tiling work
44313100 Wire-mesh fencing Metal netting
45432114 Wood flooring work Floor-laying and covering, wall-covering and wall-papering work
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
catriona.peden@westlothian.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.