猛料视频

Construction Tenders

22 October 2025

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 19th Sep 2025

Tender Details
Referenceocds-h6vhtk-059dcb
Common Procurement VocabularySurface work for roads
Procurement MethodOpen procedure
Value£1,700,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 19th Sep 2025

Tender Details
Referenceocds-h6vhtk-059dcb
Common Procurement VocabularySurface work for roads
Procurement MethodOpen procedure
Value£1,700,000

Section I: Contracting authority

I.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Boulevard, Central Park

Larbert

FK5 4RU

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.1) Name and addresses

Clackmannanshire Council

Kilncraigs, Greenside Street

Alloa

FK10 1EB

Email

Procurement [at] clacks.gov.uk

Telephone

+44 1259450000

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

Buyer's address

I.1) Name and addresses

Stirling Council

Procurement, Teith House

Stirling

FK7 7QA

Email

procurement [at] stirling.gov.uk

Telephone

+44 1786404040

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract involves joint procurement

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

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Superimposed Road Markings & Associated Services

Reference number

PS 451 26

II.1.2) Main CPV code

  • 45233220 - Surface work for roads

II.1.3) Type of contract

Works

II.1.4) Short description

Application of Superimposed Road Markings & Associated Services complete with a Traffic Management provision on all roads and parking areas within the boundaries of Falkirk, Stirling & Clackmannanshire Councils except for privately maintained roads.

II.1.5) Estimated total value

Value excluding VAT: 拢1,700,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 34922100 - Road markings
  • 45233220 - Surface work for roads

II.2.3) Place of performance

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

Various sites within the geographical areas of Clackmannanshire, Falkirk & Stirling.

II.2.4) Description of the procurement

Application of Superimposed Road Markings & Associated Services complete with a Traffic Management provision on all roads and parking areas within the boundaries of Falkirk, Stirling & Clackmannanshire Councils except for privately maintained roads.

II.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 30

Price - Weighting: 70

II.2.6) Estimated value

Value excluding VAT: 拢1,700,000

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

Start date

1 February 2026

End date

31 January 2030

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

II.2.14) Additional information

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 2015


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鈥檚 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

A Credit safe 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 gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract

Minimum level(s) of standards possibly required

Employer鈥檚 (Compulsory) Liability Insurance = 10 Million GBP

Public Liability Insurance = 5 Million GBP

Product Liability Insurance = 5 Million GBP

Motor Insurance = 5 Million GBP

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As listed within the tender documentation.

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

20 October 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

20 October 2025

Local time

11:00am

Place

Falkirk

Information about authorised persons and opening procedure

Tender Opening Committee comprising Falkirk Council's 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: September 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

1. Bidders will be required to provide 3 examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

2.Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

3. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or provide additional supportive information as detailed within "PS 451 26 Document 4 SPD (Scotland) Standardised Statements".

4. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within "PS 451 26 Document 4 SPD (Scotland) Standardised Statements".

5. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or provide additional supportive information as detailed within "PS 451 26 Document 4 SPD (Scotland) Standardised Statements".

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.

A sub-contract clause has been included in this contract. For more information see:

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

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

Points Based System

We use a point鈥檚-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.

Full details can be found within "PS 451 26 ITT Document Schedule 6.

(SC Ref:809949)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House Main Street Camelon

Falkirk

FK1 4AR

Country

United Kingdom