Award

PKC13123 - Tree Removal Pack RO24/25

PERTH & KINROSS COUNCIL

This public procurement record has 2 releases in its history.

Award

07 Feb 2025 at 14:54

Tender

03 Dec 2024 at 11:59

Summary of the contracting process

Perth & Kinross Council is undertaking a procurement process titled "PKC13123 - Tree Removal Pack RO24/25," which falls under the industry category of site preparation and clearance work (CPV code: 45111200). This tender is in the active stage, aiming to appoint a qualified contractor to remove vegetation from several bridges across Kinloch Rannoch, Moness, Dunkeld, Victoria, and Crieff. The open procedure method is being used, with a total contract value of GBP 50,000. Key dates include a tenderers' meeting at Pullar House, Perth, on 5th December 2024, and the deadline for tender submission on 20th December 2024. The contract completion date is set for 28th March 2025.

This tender presents growth opportunities for businesses specialising in site clearance and related works. Contractors with relevant experience and capability to meet the specified quality and financial criteria, including suitable insurance coverage and adherence to quality management standards, will find this an appealing project. Small to medium enterprises with a proven track record in similar projects and the necessary certifications are well-suited to compete, offering them a chance to expand their portfolio and engage with a regional authority.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PKC13123 - Tree Removal Pack RO24/25

Notice 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.

Lot Information

Lot 1

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. 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04c1c3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004205-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45111200 - Site preparation and clearance work

Notice Value(s)

Tender Value
£50,000 Under £100K
Lots Value
£50,000 Under £100K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Feb 20251 years ago
Submission Deadline
20 Dec 2024Expired
Future Notice Date
Not specified
Award Date
7 Feb 20251 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Unsuccessful
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
PERTH & KINROSS COUNCIL
Contact Name
Criag Beattie
Contact Email
craigbeattie@pkc.gov.uk
Contact Phone
+44 1738475000

Buyer Location

Locality
PERTH
Postcode
PH1 5PH
Post Town
Perth
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM02 Perth and Kinross, and Stirling
Delivery Location
TLM77 Perth and Kinross, and Stirling

Local Authority
Perth and Kinross
Electoral Ward
Perth City Centre
Westminster Constituency
Perth and Kinross-shire

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04c1c3-2025-02-07T14:54:43Z",
    "date": "2025-02-07T14:54:43Z",
    "ocid": "ocds-h6vhtk-04c1c3",
    "description": "(SC Ref:790097)",
    "initiationType": "tender",
    "tender": {
        "id": "PKC13123",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PKC13123 - Tree Removal Pack RO24/25",
        "status": "unsuccessful",
        "classification": {
            "scheme": "CPV",
            "id": "45111200",
            "description": "Site preparation and clearance work"
        },
        "mainProcurementCategory": "works",
        "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.",
        "value": {
            "amount": 50000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 50000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 450
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45111200",
                        "description": "Site preparation and clearance work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "NEC4 ENGINEERING AND CONSTRUCTION SHORT CONTRACT",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "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": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-12-20T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2024-12-20T12:00:00Z"
        },
        "bidOpening": {
            "date": "2024-12-20T12:00:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1263",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Criag Beattie",
                "telephone": "+44 1738475000",
                "email": "craigbeattie@pkc.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.pkc.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-121981",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "streetAddress": "County Bldg, Tay St",
                "locality": "Perth",
                "postalCode": "PH2 8NL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1263",
        "name": "Perth & Kinross Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000784729"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "004205-2025-PKC13123-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "unsuccessful"
        }
    ]
}