Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 3rd Dec 2024
Reference | ocds-h6vhtk-04c1c3 |
Common Procurement Vocabulary | Site preparation and clearance work |
Procurement Method | Open procedure |
Value | £50,000 |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 3rd Dec 2024
Reference | ocds-h6vhtk-04c1c3 |
Common Procurement Vocabulary | Site preparation and clearance work |
Procurement Method | Open 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
craigbeattie [at] pkc.gov.uk
Telephone
+44 1738475000
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=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