Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 19th Sep 2025
Reference | ocds-h6vhtk-059dcb |
Common Procurement Vocabulary | Surface work for roads |
Procurement Method | Open procedure |
Value | £1,700,000 |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 19th Sep 2025
Reference | ocds-h6vhtk-059dcb |
Common Procurement Vocabulary | Surface work for roads |
Procurement Method | Open 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
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
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
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