Construction Tenders

23 May 2025

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 3rd Dec 2024

Tender Details
Referenceocds-h6vhtk-04c1c3
Common Procurement VocabularySite preparation and clearance work
Procurement MethodOpen procedure
Value£50,000
More Tenders »

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 3rd Dec 2024

Tender Details
Referenceocds-h6vhtk-04c1c3
Common Procurement VocabularySite preparation and clearance work
Procurement MethodOpen procedure
Value£50,000

Section I: Contracting authority

I.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Contact

Criag Beattie

Email

craigbeattie [at] pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractsscotland.gov.uk

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

PKC13123 - Tree Removal Pack RO24/25

Reference number

PKC13123

II.1.2) Main CPV code

  • 45111200 - Site preparation and clearance work

II.1.3) Type of contract

Works

II.1.4) Short description

Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced Contractor to remove vegetation from a number of bridges, including: Kinloch Rannoch, Moness, Dunkeld, Victoria and Crieff.

II.1.5) Estimated total value

Value excluding VAT: £50,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45111200 - Site preparation and clearance work

II.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling

II.2.4) Description of the procurement

Perth & Kinross Council (‘the Council’) is seeking to appoint suitably qualified and experienced Contractor to remove vegetation from a number of bridges, including: Kinloch Rannoch, Moness, Dunkeld, Victoria and Crieff.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £50,000

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

Duration in months

15

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

Works are to be completed by 28 March 2025.

A meeting for tenderers will be held at Pullar House, 35 Kinnoull Street, Perth, PH1 5GD, on 5th December 2024. A maximum of two persons from each Tenderer may attend and names should be submitted at least 2 working days in advance to via PCS-T messaging facility.


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

NEC4 ENGINEERING AND CONSTRUCTION SHORT CONTRACT

III.1.2) Economic and financial standing

List and brief description of selection criteria

4B.4 The Bidder will be required to state the values for the following for the last two financial years:

1. Current Ratio (Current Assets divided by Current Liabilities)

2. Net Assets (Net Worth) (value per the Balance Sheet)

4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract:

Employer’s Liability Insurance

Public Liability Insurance

Clients Property Insurance

Minimum level(s) of standards possibly required

4B.4 Financial Ratios

The acceptable range is:

1. Current Ratio - it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities for both years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

2. Net Assets (Net Worth) - it is expected that the Net Worth will be positive, i.e. a Net Assets position for both years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

4B.5 Level of Insurance

Employer’s Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.

Public Liability Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.

Clients Property Insurance in the sum of GBP1,000,000 for any one occurrence or series of occurrences arising out of one event.

III.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2 Suppliers will be required to provide two examples of how they have delivered similar works within the last five years to what is being described.

4C.10 Suppliers will be required to provide details of the proportion of the contract that they intend to subcontract.

4D.1 Quality Assurance Schemes

4D.2 Environmental Management Standards

Minimum level(s) of standards possibly required

4C.1.2 Examples to be similar to the works that are required in the contract.

4C.10 Suppliers will be required to provide details of the proportion of the contract that they intend to subcontract.

4D.1 Quality Management Procedures

1. 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

2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in the evaluation guidance document.

4D.1 HEALTH AND SAFETY PROCEDURES

1. The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR,

2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in the evaluation guidance document.

4D.2 Environmental Management Standards

1 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

2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in the evaluation guidance document.

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.1.8) 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 December 2024

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

20 December 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28153. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

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

Community benefits are included in this requirement, more information on community benefits can be found in the instructions for tenderers document.

(SC Ref:784729)

VI.4) Procedures for review

VI.4.1) Review body

Perth Sheriff Court

County Bldg, Tay St

Perth

PH2 8NL

Country

United Kingdom