Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 8
Status Active
Published 11th Aug 2023
Reference | ocds-h6vhtk-03eeeb |
Common Procurement Vocabulary | Construction, foundation and surface works for highways, roads |
Procurement Method | Open procedure |
Value | £5,600,000 |
No location provided
Category Works
Type
No. of Lots 8
Status Active
Published 11th Aug 2023
Reference | ocds-h6vhtk-03eeeb |
Common Procurement Vocabulary | Construction, foundation and surface works for highways, roads |
Procurement Method | Open procedure |
Value | £5,600,000 |
Section I: Contracting authority
I.1) Name and addresses
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
shammel [at] apuc-scot.ac.uk
Telephone
+44 1314428930
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictenderscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictenderscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Other type
Education
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
EFM1062 AP - Road Surfacing and Minor Civil Engineering Works (APUC)
Reference number
EFM1062 AP
II.1.2) Main CPV code
- 45233000 - Construction, foundation and surface works for highways, roads
II.1.3) Type of contract
Works
II.1.4) Short description
The supply of Road Surfacing and Minor Civil Engineering Works to all Institutions and associate members of APUC Ltd and any of their associated and affiliated bodies.
The agreement is for a period of 24 months with the option to extend for a further 24 months and will commence October 2023.
II.1.5) Estimated total value
Value excluding VAT: £5,600,000
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
Lot 1A (Planned Works) - North of Scotland
Lot No
1
II.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45112730 - Landscaping work for roads and motorways
- 45233220 - Surface work for roads
- 45233320 - Foundation work for roads
II.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
- UKM5 - North Eastern Scotland
Main site or place of performance
This Lot covers all Institutions within the North of Scotland as detailed in Appendix E - List of Institutions
II.2.4) Description of the procurement
The purpose of this lot is to provide planned Road Surfacing and minor Civil Engineering works on a geographical basis to all Institutions and associate members of APUC Ltd and any of their associated and affiliated bodies within the North of Scotland as detailed in Appendix E – List of Institutions.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
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) Regulation 2015.
II.2) Description
II.2.1) Title
Lot 1B (Planned Works) - East of Scotland
Lot No
2
II.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45112730 - Landscaping work for roads and motorways
- 45233220 - Surface work for roads
- 45233320 - Foundation work for roads
II.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
- UKM9 - Southern Scotland
Main site or place of performance
This lot covers all Institutions within the East of Scotland as detailed in Appendix E - List of Institutions.
II.2.4) Description of the procurement
The purpose of this lot is to provide planned Road Surfacing and minor Civil Engineering works on a geographical basis to all Institutions and associate members of APUC Ltd and any of their associated and affiliated bodies within the East of Scotland as detailed in Appendix E – List of Institutions.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirement.
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 for this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2) Description
II.2.1) Title
Lot 1C (Planned Works) - West of Scotland
Lot No
3
II.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45112730 - Landscaping work for roads and motorways
- 45233220 - Surface work for roads
- 45233320 - Foundation work for roads
II.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
- UKM9 - Southern Scotland
Main site or place of performance
This lot covers all Institutions within the West of Scotland as detailed in Appendix E – List of Institutions.
II.2.4) Description of the procurement
The purpose of this lot is to provide planned Road Surfacing and minor Civil Engineering works on a geographical basis to all Institutions and associate members of APUC Ltd and any of their associated and affiliated bodies within the West of Scotland as detailed in Appendix E – List of Institutions.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
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.
II.2) Description
II.2.1) Title
Lot 2A (Reactive works) – Highlands and Islands
Lot No
4
II.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45112730 - Landscaping work for roads and motorways
- 45233220 - Surface work for roads
- 45233320 - Foundation work for roads
II.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
Main site or place of performance
This lot covers all Institutions within the Highlands and Islands as detailed in Appendix E – List of Institutions.
II.2.4) Description of the procurement
The purpose of this lot is to provide Reactive Road Surfacing and minor Civil Engineering works on a geographical basis to all Institutions and associate members of APUC Ltd and any of their associated and affiliated bodies within the Highlands and Islands as detailed in Appendix E – List of Institutions.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
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.
II.2) Description
II.2.1) Title
Lot 2B (Reactive works) – Aberdeen and Grampians
Lot No
5
II.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45112730 - Landscaping work for roads and motorways
- 45233220 - Surface work for roads
- 45233320 - Foundation work for roads
II.2.3) Place of performance
NUTS codes
- UKM5 - North Eastern Scotland
Main site or place of performance
This lot covers all Institutions within Aberdeen & Grampians as detailed in Appendix E – List of Institutions.
II.2.4) Description of the procurement
The purpose of this lot is to provide reactive Road Surfacing and minor Civil Engineering works on a geographical basis to all Institutions and associate members of APUC Ltd and any of their associated and affiliated bodies within Aberdeen & Grampians as detailed in Appendix E – List of Institutions.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
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.
II.2) Description
II.2.1) Title
Lot 2C (Reactive works) – Perth, Angus, Dundee and Fife
Lot No
6
II.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45112730 - Landscaping work for roads and motorways
- 45233220 - Surface work for roads
- 45233320 - Foundation work for roads
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
- UKM71 - Angus and Dundee City
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
This lot covers all Institutions within Perth, Angus, Dundee and Fife as detailed in Appendix E – List of Institutions.
II.2.4) Description of the procurement
The purpose of this lot is to provide reactive Road Surfacing and minor Civil Engineering works on a geographical basis to all Institutions and associate members of APUC Ltd and any of their associated and affiliated bodies within Perth, Angus, Dundee & Fife as detailed in Appendix E – List of Institutions.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
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.
II.2) Description
II.2.1) Title
Lot 2D (Reactive works) – South East of Scotland (Stirling, Edinburgh, Lothian & Borders)
Lot No
7
II.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45112730 - Landscaping work for roads and motorways
- 45233220 - Surface work for roads
- 45233320 - Foundation work for roads
II.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
- UKM75 - Edinburgh, City of
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
- UKM78 - West Lothian
- UKM91 - Scottish Borders
Main site or place of performance
This lot covers all Institutions within the South East of Scotland (Stirling, Edinburgh, Lothian & Borders) as detailed in Appendix E – List of Institutions.
II.2.4) Description of the procurement
The purpose of this lot is to provide reactive Road Surfacing and minor Civil Engineering works on a geographical basis to all Institutions and associate members of APUC Ltd and any of their associated and affiliated bodies within the South East of Scotland (Stirling, Edinburgh, Lothian & Borders)as detailed in Appendix E – List of Institutions.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
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.
II.2) Description
II.2.1) Title
Lot 2E (Reactive works) – South West of Scotland (Greater Glasgow, Argyll, Renfrewshire & Ayrshire)
Lot No
8
II.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45112730 - Landscaping work for roads and motorways
- 45233220 - Surface work for roads
- 45233320 - Foundation work for roads
II.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
- UKM84 - North Lanarkshire
- UKM93 - East Ayrshire and North Ayrshire mainland
- UKM95 - South Lanarkshire
- UKM94 - South Ayrshire
- UKM92 - Dumfries & Galloway
Main site or place of performance
This lot covers all Institutions within the South West of Scotland (Greater Glasgow, Argyll, Renfrewshire & Ayrshire) as detailed in Appendix E – List of Institutions.
II.2.4) Description of the procurement
The purpose of this lot is to provide reactive Road Surfacing and minor Civil Engineering works on a geographical basis to all Institutions and associate members of APUC Ltd and any of their associated and affiliated bodies within the South West of Scotland (Greater Glasgow, Argyll, Renfrewshire & Ayrshire) as detailed in Appendix E – List of Institutions.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
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
Not Applicable
III.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Please refer to question 4B.5 of the ESPD and Economic and Financial standing section of the Contract Notice. Tenderers must confirm they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP
Product Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or equivalent if awarded the Framework Agreement.
Alternatively, if the Contractor is unable to provide the required accounting information, eg. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term of the Framework Agreement.
Please refer to 4B.6 of the ESPD
III.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide
evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment
performance.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Submission of Management Information
Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period.
Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website:
http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period).
The supplied template is the only format permissible and should contain Contractor name, tender reference, total net spend by institution each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.
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: 32
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
11 September 2023
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
11 September 2023
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: 48 months
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Form of Tender
Tenderers must sign the Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and
accurate submission.
Supply Chain Code of Conduct
In partnership with Institutions, the Authority has developed a Supply Chain Code of Conduct- Appendix D which sets out its expected
standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Supply Chain Code of Conduct
prior to award to assist in achieving its objectives.
Freedom of Information
Please confirm that you will be in a position to complete, prior to award, Appendix B - Freedom of Information (if applicable) in the
Technical Questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information
only and will not be scored.
Living Wage Status
Please provide details on your position on the Real Living Wage. This information should be submitted in the Technical envelope. It is for information only and will not be scored.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24695. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
(SC Ref:739663)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court House
Viewfield Place
Stirling
FK8 1NH
Country
United Kingdom