Tender

Strengthening and Refurbishment of MacDowall Bridge

MORAY COUNCIL

This public procurement record has 1 release in its history.

Tender

15 Sep 2020 at 00:00

Summary of the contracting process

Moray Council is conducting an open tender process for the "Strengthening and Refurbishment of MacDowall Bridge," categorised under works. The project is located in Moray, UK, and the tender period is set to conclude on 5 October 2020. Interested parties should submit their bids electronically before this deadline. Further information can be accessed through the contact provided, with project details available on the Moray Council website. The procurement method is an open procedure, allowing for broad participation.

This tender presents significant growth opportunities for construction and engineering firms specialised in maintenance and refurbishment projects. Businesses that have a proven track record in similar works, capable of demonstrating experience and the financial viability to handle projects worth over £720,000, would be well-suited to compete. Potential bidders should also have robust environmental management policies and health and safety protocols in place, ensuring compliance with relevant legal provisions and expectations from the contracting 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

Strengthening and Refurbishment of MacDowall Bridge

Notice Description

Strengthening and Refurbishment of MacDowall Bridge.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000630491
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP394745
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract 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

45221100 - Construction work for bridges

45221110 - Bridge construction work

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Sep 20205 years ago
Submission Deadline
5 Oct 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MORAY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

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-r6ebe6-0000630491-2020-09-15T00:00:00Z",
    "date": "2020-09-15T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000630491",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-83",
            "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://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-84",
            "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-83"
    },
    "tender": {
        "id": "18/0400",
        "title": "Strengthening and Refurbishment of MacDowall Bridge",
        "description": "Strengthening and Refurbishment of MacDowall Bridge.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45221110",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Moray"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM62"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-10-05T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-10-05T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP394745",
                "documentType": "contractNotice",
                "title": "Strengthening and Refurbishment of MacDowall Bridge",
                "description": "Strengthening and Refurbishment of MacDowall Bridge.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP394745",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Strengthening and Refurbishment of MacDowall Bridge.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 90
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2020-10-05T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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",
                    "minimum": "4B1.1 Bidders will be required to have a minimum \"general\" yearly turnover of 720,000.000 GBP for the last 3 years. 4B.5.1B Employer's (Compulsory) Liability: 5 Million GBP; Public Liability: 5 Million GBP"
                },
                {
                    "type": "technical",
                    "minimum": "4.C.1 Requirement: Bidders will be required to provide 3 examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "45221100",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "4.D.1 Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder's employees. This must demonstrate that suitable welfare facilities will be in place before starting work on site, whether provided by site specific arrangements or the bidder's own organisational measures. You must meet any health and safety requirements placed upon you by law. 4.D.2 The bidder must have the following: a. 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). b. Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence that the bidder's organisation's environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints. c. Documented arrangements for providing employees with training and information on environmental issues, including evidence that the bidder has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice. d. Documented arrangements for checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice. e. Documented arrangements checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access and deal with environmental risks. f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.). g. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier's environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder's supply chain. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16985. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:630491)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000630491"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}