Notice Information
Notice Title
Timber Preservation and Dampness Remedial Works
Notice Description
Falkirk Council invites tenders to participate in a Framework Agreement the provision of Timber Preservation and Dampness Remedial Works in Tenanted and Void Council Housing Properties which may be affected by dampness, condensation / rot and related damage. Contractors will be expected to propose a programme of treatment, repair and renew the affected property. The Framework Agreement will be awarded on a Lot by Lot basis. The Authority at all times reserves the right to award all, some, part or none of the Lots. The framework consists of 2 Lots; it is intended that up to 5 Contractors per Lot are to be appointed. Lots - Lot 1 Remedial Works to Occupied Properties, including Survey Approximate 4 year framework term Lot Value GBP 7 675 000 (82%) Lot 2 Remedial Works to Void Properties including Full Property Survey Approximate 4 year framework term Lot Value GBP 1 685 000 (18%) The approximate 4 year full framework value is GBP 9 360 000
Lot Information
Lot 1 Remedial Works to Occupied Properties, including Survey
Lot 1 Remedial Works to Occupied Properties, including Survey Site survey of occupied property to identify and specify required remedial works. Undertake subsequent remedial works. Please refer to enclosed ITT documentation and appendices, via Public Contracts Scotland (PCS).
Lot 2 Remedial Works to Void Properties including Full Property SurveyLot 2 Remedial Works to Void Properties including Full Property Survey. Site survey of void property to identify and specify required remedial works. Undertake subsequent remedial works. Please refer to enclosed ITT documentation and appendices, via Public Contracts Scotland (PCS).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-060d5c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006203-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
44220000 - Builders' joinery
45262321 - Floor-screed works
45324000 - Plasterboard works
45330000 - Plumbing and sanitary works
45410000 - Plastering work
45420000 - Joinery and carpentry installation work
45421000 - Joinery work
45430000 - Floor and wall covering work
45432100 - Floor laying and covering work
Notice Value(s)
- Tender Value
- £9,360,000 £1M-£10M
- Lots Value
- £9,360,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Jan 20262 weeks ago
- Submission Deadline
- 27 Feb 20263 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 10 May 2026 - 10 May 2030 4-5 years
- Recurrence
- November 2029
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FALKIRK COUNCIL
- Contact Name
- Paul O'Donnell
- Contact Email
- cpu@falkirk.gov.uk
- Contact Phone
- +44 1324506070
Buyer Location
- Locality
- LARBERT
- Postcode
- FK5 4RU
- Post Town
- Falkirk and Stirling
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM12 Falkirk
- Delivery Location
- TLM76 Falkirk
-
- Local Authority
- Falkirk
- Electoral Ward
- Bonnybridge and Larbert
- Westminster Constituency
- Alloa and Grangemouth
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-060d5c-2026-01-23T13:32:30Z",
"date": "2026-01-23T13:32:30Z",
"ocid": "ocds-h6vhtk-060d5c",
"description": "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. 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 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 https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=812545. 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: We use a point's-based system to ensure each Contract or Framework Agreement has appropriate community benefits as an essential component. Each action is worth a varying number of points based on how well it contributes to our priorities. When the Council spends with a Contractor(s), they earn Community Benefit Points. The number of Points earned correlates directly with Council's level of spend with a Contractor(s) as outlined ITT documentation and Appendix E and are based on annual spend from Contract start date. Year 1 Tenderers are required to contact Falkirk Council to discuss in more detail the types of community benefits that could be delivered in Year 1 based on anticipated spend. PS26125 Appendix E Schedule 6 Community Benefits Points Based provides a 'menu' of Community Benefits which can be used as a starting point for discussions. Tenderers are required to complete Annex A below detailing what community benefits will be delivered in Year 1, if successful, and include within their tender submission. The successful contractor(s) will meet with Council Officers prior to contract start to agree community benefit delivery for Year 1. Year 2 onwards Tenderers are required to meet with Falkirk Council at the beginning of each year to agree what community benefits will be delivered that year based on anticipated spend. Please refer to ITT document, Schedule 6 for full details of Community Benefits (SC Ref:812545) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=812545",
"initiationType": "tender",
"tender": {
"id": "PS/261/25",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Timber Preservation and Dampness Remedial Works",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45421000",
"description": "Joinery work"
},
"mainProcurementCategory": "works",
"description": "Falkirk Council invites tenders to participate in a Framework Agreement the provision of Timber Preservation and Dampness Remedial Works in Tenanted and Void Council Housing Properties which may be affected by dampness, condensation / rot and related damage. Contractors will be expected to propose a programme of treatment, repair and renew the affected property. The Framework Agreement will be awarded on a Lot by Lot basis. The Authority at all times reserves the right to award all, some, part or none of the Lots. The framework consists of 2 Lots; it is intended that up to 5 Contractors per Lot are to be appointed. Lots - Lot 1 Remedial Works to Occupied Properties, including Survey Approximate 4 year framework term Lot Value GBP 7 675 000 (82%) Lot 2 Remedial Works to Void Properties including Full Property Survey Approximate 4 year framework term Lot Value GBP 1 685 000 (18%) The approximate 4 year full framework value is GBP 9 360 000",
"value": {
"amount": 9360000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Lot 1 Remedial Works to Occupied Properties, including Survey",
"description": "Lot 1 Remedial Works to Occupied Properties, including Survey Site survey of occupied property to identify and specify required remedial works. Undertake subsequent remedial works. Please refer to enclosed ITT documentation and appendices, via Public Contracts Scotland (PCS).",
"awardCriteria": {
"criteria": [
{
"name": "A1 Customer Management One",
"type": "quality",
"description": "1.25"
},
{
"name": "A2 Customer Management Two",
"type": "quality",
"description": "3.75"
},
{
"name": "A3 Working Plan One",
"type": "quality",
"description": "3.75"
},
{
"name": "A4 Working Plan Two",
"type": "quality",
"description": "7.25"
},
{
"name": "A5 Housing (Scotland) Bill - Proposed Amendments",
"type": "quality",
"description": "4.0"
},
{
"name": "A6 Fair Work First",
"type": "quality",
"description": "5.0"
},
{
"type": "price",
"description": "75"
}
]
},
"value": {
"amount": 7675000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2026-05-11T00:00:00+01:00",
"endDate": "2030-05-10T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Lot 2 Remedial Works to Void Properties including Full Property Survey",
"description": "Lot 2 Remedial Works to Void Properties including Full Property Survey. Site survey of void property to identify and specify required remedial works. Undertake subsequent remedial works. Please refer to enclosed ITT documentation and appendices, via Public Contracts Scotland (PCS).",
"awardCriteria": {
"criteria": [
{
"name": "B1 Workload Management and Communication One",
"type": "quality",
"description": "3.0"
},
{
"name": "B2 Workload Management and Communication Two",
"type": "quality",
"description": "4.0"
},
{
"name": "B3 Workload Management and Communication Three",
"type": "quality",
"description": "9.0"
},
{
"name": "B4 Housing (Scotland) Bill - Proposed Amendments",
"type": "quality",
"description": "4.0"
},
{
"name": "B5 Fair Work First",
"type": "quality",
"description": "5.0"
},
{
"type": "price",
"description": "75"
}
]
},
"value": {
"amount": 1685000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2026-05-11T00:00:00+01:00",
"endDate": "2030-05-10T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45420000",
"description": "Joinery and carpentry installation work"
},
{
"scheme": "CPV",
"id": "45421000",
"description": "Joinery work"
},
{
"scheme": "CPV",
"id": "45324000",
"description": "Plasterboard works"
},
{
"scheme": "CPV",
"id": "45410000",
"description": "Plastering work"
},
{
"scheme": "CPV",
"id": "45262321",
"description": "Floor-screed works"
},
{
"scheme": "CPV",
"id": "45430000",
"description": "Floor and wall covering work"
},
{
"scheme": "CPV",
"id": "45432100",
"description": "Floor laying and covering work"
},
{
"scheme": "CPV",
"id": "45330000",
"description": "Plumbing and sanitary works"
}
],
"deliveryAddresses": [
{
"region": "UKM76"
}
],
"deliveryLocation": {
"description": "Falkirk Council Area"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44220000",
"description": "Builders' joinery"
},
{
"scheme": "CPV",
"id": "45421000",
"description": "Joinery work"
},
{
"scheme": "CPV",
"id": "45324000",
"description": "Plasterboard works"
},
{
"scheme": "CPV",
"id": "45410000",
"description": "Plastering work"
},
{
"scheme": "CPV",
"id": "45432100",
"description": "Floor laying and covering work"
},
{
"scheme": "CPV",
"id": "45330000",
"description": "Plumbing and sanitary works"
}
],
"deliveryAddresses": [
{
"region": "UKM76"
}
],
"deliveryLocation": {
"description": "Falkirk Council Area"
},
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
"communication": {
"atypicalToolUrl": "https://www.publiccontractsscotland.gov.uk"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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": "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. Product and Public Liability Insurance = GBP 5 000 000 any one claim (Lot 1). Product and Public Liability Insurance = GBP 2 000 000 any one claim (Lot 2). Professional Indemnity Insurance = GBP 1 000 000 any one claim. Bidders who do not meet the criteria above may be excluded from further participation in this procurement exercise.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Property Care Association Membership Participants will provide documentary evidence that you currently hold as a minimum, Provisional membership of the \"Property Care Association\" and submit this with your tender submission. The Contractor will require, by commencement of contract start date, to be a full member of the \"Property Care Association\". Falkirk Council require Property Care Association membership specifically, rather than any other related membership body, to ensure all contractors carrying out timber preservation works are competent, qualified and subject to independent regulation. The PCA is a recognised professional body for the sector maintaining rigorous standards in surveying, diagnosis and remedial treatment of dampness and timber defects. Membership provides assurance that contractors operate under approved codes of practice, maintain appropriate training and insurance and are subject to regular technical audits. 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": "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.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 10
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2026-02-27T11:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2026-02-27T11:00:00Z"
},
"bidOpening": {
"date": "2026-02-27T11:00:00Z",
"address": {
"streetAddress": "Falkirk"
},
"description": "Tender Opening Committee comprising Council Principal Procurement Specialist"
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "November 2029"
}
},
"parties": [
{
"id": "GB-FTS-97675",
"name": "Falkirk Council",
"identifier": {
"legalName": "Falkirk Council"
},
"address": {
"streetAddress": "The Foundry, 4 Central Park, Central Boulevard",
"locality": "Larbert",
"region": "UKM76",
"postalCode": "FK5 4RU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Paul O'Donnell",
"telephone": "+44 1324506070",
"email": "cpu@falkirk.gov.uk",
"url": "https://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.falkirk.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184",
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "06",
"scheme": "COFOG",
"description": "Housing and community amenities"
}
]
}
},
{
"id": "GB-FTS-8550",
"name": "Falkirk Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Falkirk Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, Main Street, Camelon",
"locality": "Falkirk",
"postalCode": "FK1 4AR",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.falkirk.gov.uk"
}
}
],
"buyer": {
"id": "GB-FTS-97675",
"name": "Falkirk Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000812545"
}
],
"language": "en"
}