Award

18/0336 Road Marking Works

MORAY COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

Moray Council is conducting the "18/0336 Road Marking Works" tender aimed at performing necessary works on public roads throughout the Moray Council area. The procurement process is currently in the Award stage, with a contract value of £63,909.85 signed on 22nd April 2020. The tender was initiated on 12th February 2020, allowing suppliers until 10th March 2020 to submit their bids electronically. This project falls under the works category and has been classified accordingly.

This procurement presents significant growth opportunities for businesses involved in road construction and maintenance, particularly those with expertise in road marking and traffic management. SMEs or contractors experienced in public works, especially in the application and mechanical removal of road markings, would be well-positioned to compete for such contracts, given the detailed performance criteria involving health, safety, and quality management systems. The experience of handling similar public sector contracts would further enhance their chances of success.

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

18/0336 Road Marking Works

Notice Description

The works will be required on various categories of public roads (urban and rural) throughout the Moray Council area. Mechanical removal of existing road markings will be required (late April - early May) just in advance of the Moray Council surface dressing programme. Extruded road markings applied to new surface dressing sites. This requirement may be relaxed to allow double spray lines as an acceptable alternative, but this acceptance must be confirmed in writing (by Council Representative) before any double spray marking takes place. Spray road markings will include re-freshening over existing markings and new application following resurfacing works. Provision and installation of Road Studs.

Lot Information

Lot 1

The works will be required on various categories of public roads (urban and rural) throughout the Moray Council area.

Renewal: 2 x 12 month renewals/extensions will be considered at the end of the initial contract period

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000614496
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG393048
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

45 - Construction work


CPV Codes

34922100 - Road markings

45233141 - Road-maintenance works

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£63,909 Under £100K

Notice Dates

Publication Date
24 Aug 20205 years ago
Submission Deadline
10 Mar 2020Expired
Future Notice Date
Not specified
Award Date
22 Apr 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
Unknown dependant on budget available.

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MORAY COUNCIL
Contact Name
Not specified
Contact Email
procurement@moray.gov.uk
Contact Phone
+44 1343563137

Buyer Location

Locality
ELGIN
Postcode
IV30 1BX
Post Town
Inverness
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM2 Highlands and Islands
Small Region (ITL 3)
TLM20 Highlands and Islands
Delivery Location
TLM62 Inverness and Nairn, Moray, and Badenoch and Strathspey

Local Authority
Moray
Electoral Ward
Elgin City North
Westminster Constituency
Moray West, Nairn and Strathspey

Supplier Information

Number of Suppliers
1
Supplier Name

CENTRAL TRAFFIC MANAGEMENT

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB380477
    18/0336 Road Marking Works - The works will be required on various categories of public roads (urban and rural) throughout the Moray Council area. Mechanical removal of existing road markings will be required (late April - early May) just in advance of the Moray Council surface dressing programme. Extruded road markings applied to new surface dressing sites. This requirement may be relaxed to allow double spray lines as an acceptable alternative, but this acceptance must be confirmed in writing (by Council Representative) before any double spray marking takes place. Spray road markings will include re-freshening over existing markings and new application following resurfacing works. Provision and installation of Road Studs.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG393048
    18/0336 Road Marking Works - The works will be required on various categories of public roads (urban and rural) throughout the Moray Council area. Mechanical removal of existing road markings will be required (late April - early May) just in advance of the Moray Council surface dressing programme. Extruded road markings applied to new surface dressing sites. This requirement may be relaxed to allow double spray lines as an acceptable alternative, but this acceptance must be confirmed in writing (by Council Representative) before any double spray marking takes place. Spray road markings will include re-freshening over existing markings and new application following resurfacing works. Provision and installation of Road Studs.

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-r6ebe6-0000614496-2020-08-24T00:00:00Z",
    "date": "2020-08-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000614496",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-123",
            "name": "Moray Council",
            "identifier": {
                "legalName": "Moray Council"
            },
            "address": {
                "streetAddress": "High Street",
                "locality": "Elgin",
                "region": "UKM62",
                "postalCode": "IV30 1BX"
            },
            "contactPoint": {
                "email": "procurement@moray.gov.uk",
                "telephone": "+44 1343563137",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.moray.gov.uk"
            }
        },
        {
            "id": "org-124",
            "name": "Elgin Sheriff Court",
            "identifier": {
                "legalName": "Elgin Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Courthouse, High Street",
                "locality": "Elgin",
                "postalCode": "IV30 1BU"
            },
            "contactPoint": {
                "email": "elgin@scotcourts.gov.uk",
                "telephone": "+44 343542505",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-25",
            "name": "Moray Council",
            "identifier": {
                "legalName": "Moray Council"
            },
            "address": {
                "streetAddress": "High Street",
                "locality": "Elgin",
                "region": "UKM62",
                "postalCode": "IV30 1BX"
            },
            "contactPoint": {
                "email": "procurement@moray.gov.uk",
                "telephone": "+44 1343563137",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.moray.gov.uk"
            }
        },
        {
            "id": "org-112",
            "name": "Central Traffic Management Ltd",
            "identifier": {
                "legalName": "Central Traffic Management Ltd"
            },
            "address": {
                "streetAddress": "101 Bandeath Industrial Estate, Throsk",
                "locality": "Stirling",
                "region": "UKM77",
                "postalCode": "FK7 7NP"
            },
            "contactPoint": {
                "telephone": "+44 1786812465",
                "faxNumber": "+44 1786812466"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-27",
            "name": "Elgin Sheriff Court",
            "identifier": {
                "legalName": "Elgin Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Courthouse, High Street",
                "locality": "Elgin",
                "postalCode": "IV30 1BU"
            },
            "contactPoint": {
                "email": "elgin@scotcourts.gov.uk",
                "telephone": "+44 343542505",
                "url": "http://www.moray.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Moray Council",
        "id": "org-25"
    },
    "tender": {
        "id": "18/0336",
        "title": "18/0336 Road Marking Works",
        "description": "The works will be required on various categories of public roads (urban and rural) throughout the Moray Council area. Mechanical removal of existing road markings will be required (late April - early May) just in advance of the Moray Council surface dressing programme. Extruded road markings applied to new surface dressing sites. This requirement may be relaxed to allow double spray lines as an acceptable alternative, but this acceptance must be confirmed in writing (by Council Representative) before any double spray marking takes place. Spray road markings will include re-freshening over existing markings and new application following resurfacing works. Provision and installation of Road Studs.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "34922100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM62"
                    },
                    {
                        "region": "UKM62"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-03-10T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-03-10T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB380477",
                "documentType": "contractNotice",
                "title": "18/0336 Road Marking Works",
                "description": "The works will be required on various categories of public roads (urban and rural) throughout the Moray Council area. Mechanical removal of existing road markings will be required (late April - early May) just in advance of the Moray Council surface dressing programme. Extruded road markings applied to new surface dressing sites. This requirement may be relaxed to allow double spray lines as an acceptable alternative, but this acceptance must be confirmed in writing (by Council Representative) before any double spray marking takes place. Spray road markings will include re-freshening over existing markings and new application following resurfacing works. Provision and installation of Road Studs.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB380477",
                "format": "text/html"
            },
            {
                "id": "AUG393048",
                "documentType": "awardNotice",
                "title": "18/0336 Road Marking Works",
                "description": "The works will be required on various categories of public roads (urban and rural) throughout the Moray Council area. Mechanical removal of existing road markings will be required (late April - early May) just in advance of the Moray Council surface dressing programme. Extruded road markings applied to new surface dressing sites. This requirement may be relaxed to allow double spray lines as an acceptable alternative, but this acceptance must be confirmed in writing (by Council Representative) before any double spray marking takes place. Spray road markings will include re-freshening over existing markings and new application following resurfacing works. Provision and installation of Road Studs.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG393048",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The works will be required on various categories of public roads (urban and rural) throughout the Moray Council area.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 month renewals/extensions will be considered at the end of the initial contract period"
                }
            }
        ],
        "bidOpening": {
            "date": "2020-03-10T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "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 have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
                },
                {
                    "type": "economic",
                    "description": "1.70.1 Requirement Insurance 1.70.6 Economic and Financial",
                    "minimum": "Employer's (Compulsory) Liability: 5 Million GBP Public Liability Liability: 5 Million GBP The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator. Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing. The bidder is required to provide a copy of the last 2 audited financial statements as evidence of their compliance to meet their statutory obligations."
                },
                {
                    "type": "technical",
                    "description": "1.72.2 Requirement Public Works examples 1.73.1 Environmental Management 1.74.1 Equipment",
                    "minimum": "Minimum number of relevant examples: 3 Requirement: Please provide examples of Contracted work carried out that is of the same nature as the tender Environmental A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control) Equipment Vehicle mounted plant with appropriate warning signage and flashing beacons, suitable for carrying out the functions contained within the Contract (Spray Lining, Extruded Lining, Road Studding and Traffic Control)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "45233141",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Unknown dependant on budget available."
        }
    },
    "language": "EN",
    "description": "Performance Conditions: 1.75.1 Health and Safety Procedures 3. 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, 4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 34488 (SC Ref:626749)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000614496"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000614496"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "18/0336",
            "suppliers": [
                {
                    "id": "org-112",
                    "name": "Central Traffic Management Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "18/0336",
            "awardID": "18/0336",
            "status": "active",
            "value": {
                "amount": 63909.85,
                "currency": "GBP"
            },
            "dateSigned": "2020-04-22T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "270",
                "measure": "lowestValidBidValue",
                "value": 63909.85
            },
            {
                "id": "271",
                "measure": "highestValidBidValue",
                "value": 89161.06
            },
            {
                "id": "272",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "273",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "274",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "275",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "276",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}