91ÃÛÌÒÊÓÆµ

Construction Tenders

19 July 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 15th Jul 2025

Tender Details
Referenceocds-h6vhtk-055ef6
Common Procurement VocabularyBuilding surveying services
Procurement MethodOpen procedure
Value£219,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 15th Jul 2025

Tender Details
Referenceocds-h6vhtk-055ef6
Common Procurement VocabularyBuilding surveying services
Procurement MethodOpen procedure
Value£219,000

Section I: Contracting authority

I.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

Contact

Nicola Young

Email

nicola.young [at] eastdunbarton.gov.uk

Telephone

+44 1415745750

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

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 another address:

East Dunbartonshire Council

East Dunbartonshire

Email

procurement [at] eastdunbarton.gov.uk

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main 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

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

EDC/2025/4176 DAMP & MOULD SURVEY & MANAGEMENT

II.1.2) Main CPV code

  • 71315300 - Building surveying services

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority wishes to establish a contract for the provision of reactive surveys of domestic properties reported to be impacted by Damp, Mould, Condensation & Ventilation issues.

The Authority requires a service provider to attend domestic and commercial properties to undertake Damp, Mould, Condensation and/or Ventilation Survey and provide a detailed report of the status and root cause of issues, along with recommended actions to eradicate, reinstate and preventative measures. This may include Laboratory analysis and Mycological assessment & reporting and the supply, installation,management and removal of Air Quality Monitoring Equipment to domestic properties.

II.1.5) Estimated total value

Value excluding VAT: £219,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services
  • 71324000 - Quantity surveying services
  • 71321400 - Ventilation consultancy services

II.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

II.2.4) Description of the procurement

The key requirements include, but are not limited to;

The provision of suitably qualified surveyors to undertake Damp, Mould, Condensation & Ventilation (DMCV) Surveys of domestic tenanted properties and provide a formal report and recommended actions to eradicate and prevent ongoing issues;

Communication with tenants within 72 hours of receipt of PO from EDC to arrange a visit the property.

Undertake the survey within 5 days of receipt of PO from EDC.

Survey reporting and action plan within 48 hours of site visit.

The provision of Damp, Mould, Condensation & Ventilation Survey, formal reporting and recommended actions for common areas of housing

The provision of Damp, Mould, Condensation & Ventilation Re-inspection survey, formal reporting and recommended actions of Domestic Properties

Non-domestic Damp, Mould, Condensation & Ventilation survey formal reporting and recommended actions

To undertake Lab analysis, Mycological assessment & reporting

The supply, installation and removal of Air Quality Monitoring Equipment to domestic properties.

Collection, Management & Reporting of data from Air Quality Monitoring Equipment

The service provider will be required to provide monthly management reports and a dashboard of all properties, demonstrating their service delivery in relation to KPI’s.

The service provider will be required to discuss the issues of condensation with the tenant in instances where air monitoring is showing the air quality issues are being caused by living conditions.

The service provider will be required to provide advice and support in relation to a survey report and recommendation to the authority and to contractors who will undertake the recommendations upon EDC’s instructions.

The service provider may be required to provide witness statements, reports and/or appear in court.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £219,000

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

The contract will be tendered for renewal in Q1 2028

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

There is a contract variation process included within the contract to allow for additional servies to be added to the schedule of rates during the contract term.

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

Surveyors should be certified by either of the following: Royal Institution of Chartered Surveyors, (RICS), Chartered Institute of Building (CIOB), Building Research establishment (BRE), or be members of a professional body like the Property Care Association (PCA), Federation of Damp or; other accreditation from relevant bodies.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

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

The conditions of contract are the SBCC Measured Term Contract for use in Scotland MTC/Scot 2019 Edition.

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.1.8) 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

13 August 2025

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

Tender must be valid until: 12 December 2025

IV.2.7) Conditions for opening of tenders

Date

13 August 2025

Local time

1:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This contract will be re-tendered in Q1 2028.

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

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:

Tenderers are expected to provide contribution towards community benefits, which will be considered as part of your tender submission. Please detail the actions that you will take to deliver community benefits within the quality questionnaire.

Factors to consider as opportunities for community benefits include:

Generating employment and training opportunities for priority groups

Vocational training

Up-skilling existing workforce

Equality and diversity initiatives

Sub-contracting opportunities available to SME’s, the third sector and supported businesses and/or in the local area

Supply-chain developmental activity

Building capacity in community organisations

Education support initiatives

Working with schools, colleges, universities to offer work experience or educational/professional advice

Community engagement events or providing value to the local community

Minimising negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions ad impacts on protected species, areas, buildings or sites

(SC Ref:804367)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom