Award

Broxden Park & Ride - Low Carbon Hub

PERTH & KINROSS COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

The procurement process pertains to Perth & Kinross Council, which is actively seeking a contractor for the project titled "Broxden Park & Ride - Low Carbon Hub." This project falls under the works category and is situated at a strategically significant location south-west of Perth, where the M90 meets the A9. The procurement is currently in the Award stage, having been completed on 10 January 2022, with a contract valued at £614,993.55. The open procedure was utilised for this tender, aimed at sourcing a qualified contractor to design and construct an innovative low carbon transport hub.

This opportunity is particularly well-suited for medium to large construction firms with expertise in sustainable infrastructure, electrical installations, and environmental management. Companies that can demonstrate experience in innovative transport solutions, as well as compliance with necessary certifications such as NICEIC or equivalent standards, will be especially competitive. Engaging in this project could lead to significant business growth, given the increasing demand for low carbon solutions and the potential for further contracts in the public sector aimed at enhancing community benefits and improving environmental impact.

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

Broxden Park & Ride - Low Carbon Hub

Notice Description

Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to design and build an innovative low carbon transport hub at Broxden Park & Ride, Perth. Broxden is located to the south-west of the city of Perth, where the M90 meets the A9. It is a key, strategically important site and central node on the Scottish motorway network, currently consisting of a Park & Ride facility and service area. The intention of the Hub is to broaden the range of refuelling activities and transport modes available, providing sustainable travel options to local residents, businesses and visitors to the region, thereby providing the opportunity to improve workforce mobility, social inclusion and environmental impact.

Lot Information

Lot 1

A single stage tender process will be carried out under the Procurement Scotland Regulations.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000665909
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN439112
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
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45220000 - Engineering works and construction works

Notice Value(s)

Tender Value
£853,000 £500K-£1M
Lots Value
£853,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£614,993 £500K-£1M

Notice Dates

Publication Date
31 Jan 20224 years ago
Submission Deadline
6 Oct 2021Expired
Future Notice Date
Not specified
Award Date
10 Jan 20224 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
PERTH & KINROSS 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
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

Supplier Information

Number of Suppliers
1
Supplier Name

EMTEC ENERGY

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP426584
    Broxden Park & Ride - Low Carbon Hub - Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to design and build an innovative low carbon transport hub at Broxden Park & Ride, Perth. Broxden is located to the south-west of the city of Perth, where the M90 meets the A9. It is a key, strategically important site and central node on the Scottish motorway network, currently consisting of a Park & Ride facility and service area. The intention of the Hub is to broaden the range of refuelling activities and transport modes available, providing sustainable travel options to local residents, businesses and visitors to the region, thereby providing the opportunity to improve workforce mobility, social inclusion and environmental impact.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN439112
    Broxden Park & Ride - Low Carbon Hub - Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to design and build an innovative low carbon transport hub at Broxden Park & Ride, Perth. Broxden is located to the south-west of the city of Perth, where the M90 meets the A9. It is a key, strategically important site and central node on the Scottish motorway network, currently consisting of a Park & Ride facility and service area. The intention of the Hub is to broaden the range of refuelling activities and transport modes available, providing sustainable travel options to local residents, businesses and visitors to the region, thereby providing the opportunity to improve workforce mobility, social inclusion and environmental impact.

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-r6ebe6-0000665909-2022-01-31T00:00:00Z",
    "date": "2022-01-31T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000665909",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-151",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH"
            },
            "contactPoint": {
                "name": "Michael Figures",
                "email": "MFigures@pkc.gov.uk",
                "telephone": "+44 1738475000",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.pkc.gov.uk"
            }
        },
        {
            "id": "org-152",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "streetAddress": "Tay Street",
                "locality": "Perth",
                "postalCode": "PH2 8NL"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-32",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH"
            },
            "contactPoint": {
                "name": "Michael Figures",
                "email": "MFigures@pkc.gov.uk",
                "telephone": "+44 1738475000",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "06",
                        "description": "Housing and community amenities",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.pkc.gov.uk"
            }
        },
        {
            "id": "org-33",
            "name": "Emtec Energy",
            "identifier": {
                "legalName": "Emtec Energy"
            },
            "address": {
                "streetAddress": "Ellismuir Way, Tannochside Park",
                "locality": "Uddingston",
                "region": "UK",
                "postalCode": "G71 5PW"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-34",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "streetAddress": "Tay Street",
                "locality": "Perth",
                "postalCode": "PH2 8NL"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Perth & Kinross Council",
        "id": "org-32"
    },
    "tender": {
        "id": "PKC11110",
        "title": "Broxden Park & Ride - Low Carbon Hub",
        "description": "Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to design and build an innovative low carbon transport hub at Broxden Park & Ride, Perth. Broxden is located to the south-west of the city of Perth, where the M90 meets the A9. It is a key, strategically important site and central node on the Scottish motorway network, currently consisting of a Park & Ride facility and service area. The intention of the Hub is to broaden the range of refuelling activities and transport modes available, providing sustainable travel options to local residents, businesses and visitors to the region, thereby providing the opportunity to improve workforce mobility, social inclusion and environmental impact.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45220000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 853000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-10-06T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-10-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP426584",
                "documentType": "contractNotice",
                "title": "Broxden Park & Ride - Low Carbon Hub",
                "description": "Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to design and build an innovative low carbon transport hub at Broxden Park & Ride, Perth. Broxden is located to the south-west of the city of Perth, where the M90 meets the A9. It is a key, strategically important site and central node on the Scottish motorway network, currently consisting of a Park & Ride facility and service area. The intention of the Hub is to broaden the range of refuelling activities and transport modes available, providing sustainable travel options to local residents, businesses and visitors to the region, thereby providing the opportunity to improve workforce mobility, social inclusion and environmental impact.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP426584",
                "format": "text/html"
            },
            {
                "id": "JAN439112",
                "documentType": "awardNotice",
                "title": "Broxden Park & Ride - Low Carbon Hub",
                "description": "Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to design and build an innovative low carbon transport hub at Broxden Park & Ride, Perth. Broxden is located to the south-west of the city of Perth, where the M90 meets the A9. It is a key, strategically important site and central node on the Scottish motorway network, currently consisting of a Park & Ride facility and service area. The intention of the Hub is to broaden the range of refuelling activities and transport modes available, providing sustainable travel options to local residents, businesses and visitors to the region, thereby providing the opportunity to improve workforce mobility, social inclusion and environmental impact.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN439112",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "A single stage tender process will be carried out under the Procurement Scotland Regulations.",
                "status": "complete",
                "value": {
                    "amount": 853000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 210
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2021-10-06T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidders that are applying for the contract (or their subcontractors) must confirm that they are registered members of the following organisations: - National Inspection Council for Electrical Installation Contracting (NICEIC) or SELECT or ECA. - MCS Certified Installer"
                },
                {
                    "type": "economic",
                    "description": "Bidders 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 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract the levels of insurance indicated below.",
                    "minimum": "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. 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. 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. The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract the levels of insurance indicated below: - Employer's (Compulsory) Liability Insurance = 10,000,000 GBP - Public Liability Insurance = 5,000,000 GBP - Professional Risk Indemnity Insurance = 2,000,000 GBP"
                },
                {
                    "type": "technical",
                    "description": "Bidders are required to provide examples of works carried over the past 5 years. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent, see below). FOR CONSTRUCTION/WORKS CONTRACTS ONLY 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. 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. Full details of requirements can be found in the Instruction for Tenderers document on PCS-T. A summary is provided is provided below.",
                    "minimum": "Examples of works carried out over the past 5 years that demonstrate that they have the relevant skills, knowledge and experience.In particular Industrial and Commercial Electrical Installations that incorporate PV's, EV charging and TT Earthing systems. 4D.1Quality Management Procedures 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 a. A documented policy regarding quality management. b. Documented procedures for periodically reviewing, correcting and improving quality performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. d. Arrangements for providing the bidder's workforce with quality related training and information. e. Arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. f. Arrangements for ensuring that the bidders apply quality management measures. g. A process demonstrating how the bidder deals with complaints. 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, 4a The bidder must have a regularly reviewed and documented policy for Health and Safety management. 4b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents. 4c. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance. 4d. Documented arrangements for providing the bidder's workforce with training and information appropriate to the type of work. 4e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder's workforce has. 4f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. 4g. Documented arrangements for involving the bidder's workforce in the planning and implementation of H&S measures. 4h. Documented procedures for recording accidents/incidents and undertaking follow-up action. 4i. Documented arrangements for ensuring that the bidder's suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. 4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. 4k. Documented arrangements for co-operating and co-ordinating the bidder's work with other suppliers. 4l. FOR CONSTRUCTION/WORKS CONTRACTS ONLY Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder's employees. 4D.2 Environmental Management 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 have the following: a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. b. Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment. c. Documented arrangements for providing employees with training and information on environmental issues. d. Documented arrangements for checking, reviewing and where necessary improving, the bidder's environmental management performance. e. Documented arrangements checking, reviewing and where necessary improving, the bidder's environmental management performance. f. Procedures for dealing with waste. 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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "45220000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "(SC Ref:681402)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000665909"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000665909"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "PKC11110",
            "suppliers": [
                {
                    "id": "org-33",
                    "name": "Emtec Energy"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PKC11110",
            "awardID": "PKC11110",
            "status": "active",
            "value": {
                "amount": 614993.55,
                "currency": "GBP"
            },
            "dateSigned": "2022-01-10T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "71",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "72",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "73",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "74",
                "measure": "foreignBidsFromNonEU",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "75",
                "measure": "electronicBids",
                "value": 6,
                "relatedLot": "1"
            }
        ]
    }
}