ɫèֱ²¥ Contract Leads
No location provided
Category Works
Type
No. of Lots 15
Status Active
Published 20th Jan 2026
| Reference | ocds-h6vhtk-05f3e1 |
| Common Procurement Vocabulary | Building construction work |
| Procurement Method | Open procedure |
| Value | £32,400,000 |
No location provided
Category Works
Type
No. of Lots 15
Status Active
Published 20th Jan 2026
| Reference | ocds-h6vhtk-05f3e1 |
| Common Procurement Vocabulary | Building construction work |
| Procurement Method | Open procedure |
| Value | £32,400,000 |
Section I: Contracting authority
I.1) Name and addresses
West Lothian Council
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
Contact
Catriona Peden
catriona.peden [at] westlothian.gov.uk
Telephone
+44 1506283312
Fax
+44 1506281325
Country
United Kingdom
NUTS code
UKM78 - West Lothian
Internet address(es)
Main address
Buyer's address
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
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 - Building construction work
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
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
WLC Lot 1 - Bricklayer (incl. stone mason)
Lot No
1
II.2.2) Additional CPV code(s)
- 45262500 - Masonry and bricklaying work
- 45262520 - Bricklaying work
- 45262521 - Facing brickwork
- 45262522 - Masonry work
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £260,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 2 - Minor Civils
Lot No
2
II.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £4,400,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 3 - Electrician
Lot No
3
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45311100 - Electrical wiring work
- 45311200 - Electrical fitting work
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £3,500,000
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.2.10) 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.
II.2) Description
II.2.1) Title
WLC Lot 4 - Tiling - Wall and Floor
Lot No
4
II.2.2) Additional CPV code(s)
- 45431000 - Tiling work
- 45431100 - Floor-tiling work
- 45431200 - Wall-tiling work
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £80,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 5 - Flooring - including Vinyl / Gym Vinyl and Timber
Lot No
5
II.2.2) Additional CPV code(s)
- 44112210 - Solid flooring
- 45432113 - Parquet flooring
- 45432114 - Wood flooring work
- 45432100 - Floor laying and covering work
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £1,040,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 6 - Glazing (Supply and Installation)
Lot No
6
II.2.2) Additional CPV code(s)
- 45441000 - Glazing work
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £440,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 7 - Joiner
Lot No
7
II.2.2) Additional CPV code(s)
- 45420000 - Joinery and carpentry installation work
- 45421000 - Joinery work
- 44220000 - Builders' joinery
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £1,800,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 8 - Painter
Lot No
8
II.2.2) Additional CPV code(s)
- 45440000 - Painting and glazing work
- 45442100 - Painting work
- 45442110 - Painting work of buildings
- 45442120 - Painting and protective-coating work of structures
- 45442121 - Painting work of structures
- 45442180 - Repainting work
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £1,408,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 9 - Plasterer
Lot No
9
II.2.2) Additional CPV code(s)
- 45410000 - Plastering work
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £100,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 10 - Plumber
Lot No
10
II.2.2) Additional CPV code(s)
- 45330000 - Plumbing and sanitary works
- 45332000 - Plumbing and drain-laying work
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £820,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 11 - Roofing (all types)
Lot No
11
II.2.2) Additional CPV code(s)
- 45260000 - Roof works and other special trade construction works
- 45261000 - Erection and related works of roof frames and coverings
- 45261100 - Roof-framing work
- 45261200 - Roof-covering and roof-painting work
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261212 - Roof-slating work
- 45261213 - Metal roof-covering work
- 45261214 - Bituminous roof-covering work
- 45261215 - Solar panel roof-covering work
- 45112713 - Landscaping work for roof gardens
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £2,200,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 12 - Roughcasting
Lot No
12
II.2.2) Additional CPV code(s)
- 45262600 - Miscellaneous special-trade construction work
- 45410000 - Plastering work
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £3,120,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 13 - Suspended Ceilings
Lot No
13
II.2.2) Additional CPV code(s)
- 45421146 - Installation of suspended ceilings
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £180,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 14 - Fencing & Blacksmiths
Lot No
14
II.2.2) Additional CPV code(s)
- 45340000 - Fencing, railing and safety equipment installation work
- 34928310 - Safety fencing
- 44313100 - Wire-mesh fencing
- 45342000 - Erection of fencing
- 71550000 - Blacksmith services
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £1,120,000
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.2.10) 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) Description
II.2.1) Title
WLC Lot 15 - Multi Trades
Lot No
15
II.2.2) Additional CPV code(s)
- 45000000 - ɫèֱ²¥ work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 45211000 - ɫèֱ²¥ work for multi-dwelling buildings and individual houses
- 45211340 - Multi-dwelling buildings construction work
- 45211350 - Multi-functional buildings construction work
- 45213000 - ɫèֱ²¥ work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
- 45214100 - ɫèֱ²¥ work for kindergarten buildings
- 45214200 - ɫèֱ²¥ work for school buildings
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45215222 - Civic centre construction work
II.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
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
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Programme Management / Weighting: 10
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 2
Quality criterion - Name: Community Benefits / Weighting: 3
Price - Weighting: 65
II.2.6) Estimated value
Value excluding VAT: £11,920,000
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.2.10) 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 possibly 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-082010
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
18 February 2026
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
18 February 2026
Local time
12:00pm
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:
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:
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
Country
United Kingdom
