Award

18/0461 Speyside Way Path Upgrade - Carron to Cragganmore

MORAY COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

The procurement process for the "18/0461 Speyside Way Path Upgrade - Carron to Cragganmore" was initiated by Moray Council, located in Elgin, UK. This project falls under the works category and focuses on upgrading a public path to enhance cycling and active travel routes along the Speyside Way. The initial tender period concluded on 7th May 2021, following which an award was made to MAM Contracting, with the contract signed on 1st June 2021 for a total value of £521,367.27. The procurement method utilised was an open procedure, allowing for broader participation from suppliers.

This tender presents a significant opportunity for businesses, particularly those in construction, environmental management, and public works. Companies that specialise in infrastructure upgrades, sustainable materials, and civil engineering would be well-positioned to compete for contracts in similar future projects. The focus on low carbon travel initiatives also suggests a growing market for businesses aligned with environmental sustainability, enabling them to contribute to community development while expanding their service offerings.

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

18/0461 Speyside Way Path Upgrade - Carron to Cragganmore

Notice Description

Speyside Way Path Upgrade from Carron to Cragganmore

Lot Information

Lot 1

The Moray Council have been successful in bidding for funding through Round 3 of the Low Carbon Travel and Transport Challenge Fund (LCTT) for the upgrading of the Speyside Way between Carron and Cragganmore. The Speyside Way between Carron and Cragganmore runs on the old railway track bed and is of various ride quality over this length. The aim of this project is to bring the route up to a standard that will allow for cyclists to use as a commuter/active travel route between settlements and businesses along the Speyside Way corridor, connecting to the recently completed upgrade of the Speyside Way between Craigellachie and Carron. The upgrading therefore varies dependent on the current condition, improvements include the use of stone (and geotextile material), tarmac, drainage improvements and upgrade of existing timber bridges. The aim is not to upgrade the route to a tarmac path throughout, the budget and sensitivity of the route does not allow for that. There are locations that suit a tarmac upgrade, while at the same time there are locations that may require very little treatment. The contract drawings highlight by section what treatment is proposed. This project contributes to the priorities set out in the Moray 10 year plan in terms of growing a diverse and sustainable economy while empowering and connecting communities. It also supports the Climate Change Strategy by providing infrastructure for low carbon travel.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000650187
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN416869
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

45 - Construction work


CPV Codes

45000000 - Construction work

45200000 - Works for complete or part construction and civil engineering work

45221000 - Construction work for bridges and tunnels, shafts and subways

45221100 - Construction work for bridges

45221110 - Bridge construction work

45221113 - Footbridge construction work

45233161 - Footpath construction work

45233162 - Cycle path construction work

45233253 - Surface work for footpaths

Notice Value(s)

Tender Value
£770,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£521,367 £500K-£1M

Notice Dates

Publication Date
1 Jun 20214 years ago
Submission Deadline
7 May 2021Expired
Future Notice Date
Not specified
Award Date
1 Jun 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MORAY COUNCIL
Contact Name
Elaine Summerfield
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

MAM CONTRACTING

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-r6ebe6-0000650187-2021-06-01T00:00:00Z",
    "date": "2021-06-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000650187",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-42",
            "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-43",
            "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-84",
            "name": "Moray Council",
            "identifier": {
                "legalName": "Moray Council"
            },
            "address": {
                "streetAddress": "High Street",
                "locality": "Elgin",
                "region": "UKM62",
                "postalCode": "IV30 1BX"
            },
            "contactPoint": {
                "name": "Elaine Summerfield",
                "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-497",
            "name": "MAM Contracting",
            "identifier": {
                "legalName": "MAM Contracting"
            },
            "address": {
                "streetAddress": "The Office, Templemill Farm",
                "locality": "Crieff",
                "region": "UKM77",
                "postalCode": "PH7 4HL"
            },
            "contactPoint": {
                "telephone": "+44 7712529678"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-94",
            "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-84"
    },
    "tender": {
        "id": "18/0461",
        "title": "18/0461 Speyside Way Path Upgrade - Carron to Cragganmore",
        "description": "Speyside Way Path Upgrade from Carron to Cragganmore",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221113",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233161",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233162",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233253",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Carron to Cragganmore, Speyside Way"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM62"
                    },
                    {
                        "region": "UKM62"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 770000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-05-07T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-05-07T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR411947",
                "documentType": "contractNotice",
                "title": "18/0461 Speyside Way Path Upgrade - Carron to Cragganmore",
                "description": "Speyside Way Path Upgrade from Carron to Cragganmore",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR411947",
                "format": "text/html"
            },
            {
                "id": "JUN416869",
                "documentType": "awardNotice",
                "title": "18/0461 Speyside Way Path Upgrade - Carron to Cragganmore",
                "description": "Speyside Way Path Upgrade from Carron to Cragganmore",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN416869",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Moray Council have been successful in bidding for funding through Round 3 of the Low Carbon Travel and Transport Challenge Fund (LCTT) for the upgrading of the Speyside Way between Carron and Cragganmore. The Speyside Way between Carron and Cragganmore runs on the old railway track bed and is of various ride quality over this length. The aim of this project is to bring the route up to a standard that will allow for cyclists to use as a commuter/active travel route between settlements and businesses along the Speyside Way corridor, connecting to the recently completed upgrade of the Speyside Way between Craigellachie and Carron. The upgrading therefore varies dependent on the current condition, improvements include the use of stone (and geotextile material), tarmac, drainage improvements and upgrade of existing timber bridges. The aim is not to upgrade the route to a tarmac path throughout, the budget and sensitivity of the route does not allow for that. There are locations that suit a tarmac upgrade, while at the same time there are locations that may require very little treatment. The contract drawings highlight by section what treatment is proposed. This project contributes to the priorities set out in the Moray 10 year plan in terms of growing a diverse and sustainable economy while empowering and connecting communities. It also supports the Climate Change Strategy by providing infrastructure for low carbon travel.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 180
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2021-05-07T12:00:00Z"
        },
        "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",
                    "description": "4B1.1 Bidders will be required to have a minimum \"general\" yearly turnover of 1,540,000.000 GBP for the last 3 years. 4B.5.1B Employer's (Compulsory) Liability: 5 Million GBP; Public Liability: 5 Million GBP"
                },
                {
                    "type": "technical",
                    "description": "4.C.1 Requirement: Bidders will be required to provide 2 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 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"
            ],
            "bidValidityPeriod": {
                "durationInDays": 60
            }
        },
        "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 18390. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:655745)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000650187"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000650187"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "18/0461",
            "suppliers": [
                {
                    "id": "org-497",
                    "name": "MAM Contracting"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "18/0461",
            "awardID": "18/0461",
            "status": "active",
            "value": {
                "amount": 521367.27,
                "currency": "GBP"
            },
            "dateSigned": "2021-06-01T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1838",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "1839",
                "measure": "smeBids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "1840",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1841",
                "measure": "foreignBidsFromNonEU",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "1842",
                "measure": "electronicBids",
                "value": 6,
                "relatedLot": "1"
            }
        ]
    }
}