Notice Information
Notice Title
Measured Term Contract for Civil Works & General Builder work
Notice Description
Measured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting
Lot Information
Lot 1 - Wigtownshire
Measured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning, Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting
Renewal: Will be renewed or extended after initial 2 year contract period. Option to extend for up to a further 2 years (1+1)
Lot 2 - StewartryMeasured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning, Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting
Renewal: Will be renewed or extended after initial 2 year contract period. Option to extend for up to a further 2 years (1+1)
Lot 3 - NithsdaleMeasured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning, Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting
Renewal: Will be renewed or extended after initial 2 year contract period. Option to extend for up to a further 2 years (1+1)
Lot 4 - Annandale & EskdaleMeasured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning, Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting
Renewal: Will be renewed or extended after initial 2 year contract period. Option to extend for up to a further 2 years (1+1)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000731431
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN480413
- 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
45000000 - Construction work
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Jun 20232 years ago
- Submission Deadline
- 6 Jul 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Before initial 2 year period ends in 2025, or in 2026 or 2027 if options to extend contract are taken up.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DUMFRIES AND GALLOWAY 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
- DUMFRIES
- Postcode
- DG1 2HP
- Post Town
- Dumfries and Galloway
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM92 Dumfries and Galloway
- Delivery Location
- TLM71 Angus and Dundee City
-
- Local Authority
- Dumfries and Galloway
- Electoral Ward
- Nith
- Westminster Constituency
- Dumfries and Galloway
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN480413
Measured Term Contract for Civil Works & General Builder work - Measured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000731431-2023-06-06T00:00:00Z",
"date": "2023-06-06T00:00:00Z",
"ocid": "ocds-r6ebe6-0000731431",
"initiationType": "tender",
"parties": [
{
"id": "org-69",
"name": "Dumfries and Galloway Council",
"identifier": {
"legalName": "Dumfries and Galloway Council"
},
"address": {
"streetAddress": "Procurement Team, Carruthers House",
"locality": "Dumfries",
"region": "UKM92",
"postalCode": "DG1 2HP"
},
"contactPoint": {
"email": "Procurement.SocialCare@dumgal.gov.uk",
"telephone": "+44 3033333000",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Local Authority",
"scheme": "COFOG"
}
],
"url": "http://www.dumgal.gov.uk"
}
},
{
"id": "org-70",
"name": "Dumfries Sheriff Court",
"identifier": {
"legalName": "Dumfries Sheriff Court"
},
"address": {
"locality": "Dumfries"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Dumfries and Galloway Council",
"id": "org-69"
},
"tender": {
"id": "DGCC-00009",
"title": "Measured Term Contract for Civil Works & General Builder work",
"description": "Measured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM71"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM71"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM71"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM71"
}
],
"relatedLot": "4"
}
],
"value": {
"amount": 1000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2023-07-06T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-07-06T12:00:00Z"
},
"documents": [
{
"id": "JUN480413",
"documentType": "contractNotice",
"title": "Measured Term Contract for Civil Works & General Builder work",
"description": "Measured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN480413",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Lot 1 - Wigtownshire",
"description": "Measured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning, Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Will be renewed or extended after initial 2 year contract period. Option to extend for up to a further 2 years (1+1)"
}
},
{
"id": "2",
"title": "Lot 2 - Stewartry",
"description": "Measured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning, Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Will be renewed or extended after initial 2 year contract period. Option to extend for up to a further 2 years (1+1)"
}
},
{
"id": "3",
"title": "Lot 3 - Nithsdale",
"description": "Measured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning, Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Will be renewed or extended after initial 2 year contract period. Option to extend for up to a further 2 years (1+1)"
}
},
{
"id": "4",
"title": "Lot 4 - Annandale & Eskdale",
"description": "Measured Term Contract for Civils & General Builder work which will include: Drainage, Fencing, Landscaping, Tree Felling & Pruning, Hardstanding Repairs & include Tarmacadam, Concrete & Slabbing, Repairs to Brick and Blockwork Walling, Plasterwork & Roughcasting, Random Rubble & Stone Repairs, Building Clearances & Moveable item clearances, Plasterwork and Roughcasting",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Will be renewed or extended after initial 2 year contract period. Option to extend for up to a further 2 years (1+1)"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2023-07-06T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "4B.1.2 Average Yearly Turnover (Question to be confirmed by DGC prior to publication) 4B.5 Insurance 4B.6 Other Economic or Financial Requirements",
"minimum": "4B.1.2 Average Yearly Turnover Turnover - The bidder must provide two financial years turnover and subsequent financial information by completing the \"SPD Part 4B Financial Information_(Insert Tenderers Name)\" template\". 4B.5 Insurance - Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance: -Employers Liability - Statutory minimum indemnity limit of FIVE MILLION POUNDS (GBP 5,000,000) each and every claim -Public Liability - A minimum indemnity limit of TEN MILLION POUNDS (GBP 10,000,000) each and every claim -Professional Risk Indemnity - A minimum indemnity limit of TWO MILLION POUNDS (GBP 2,000,000) each and every claim -Motor Vehicle - A minimum indemnity limit of FIVE MILLION POUNDS (GBP 5,000,000) each and every claim. 4B.6 Other Economic or Financial Requirements - The bidder must complete the \"SPD Part 4B Financial Information_(Insert Tenderer Name)\" template provided. Where a bidder does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, bidders should complete the Parent Company Guarantee document provided. Dumfries and Galloway Council may complete a Credit Safe check on the Tenderer's economic and financial position. The council will assess solvency ratios and profitability ratios. A minimum score of one (1) would be expected for solvency ratios while profitability ratios should demonstrate a positive result. The tenderer must provide a completed Parent Company Guarantee document (if applicable). Tenderers will be expected to achieve a Credit Safe score of no lower than 30. Where the minimum standards expected are not achieved, or if relevant supporting information is not provided, the bid may be rejected."
},
{
"type": "technical",
"description": "4C.1 Previous Experience 4C.2 Technicians or Technical Bodies 4C.6 and 4C.6.1 Educational & Professional Qualifications 4C.8.1 Manpower 4C.9 Tools, Plant or Technical Equipment 4C.10 Sub-Contracting 4D.1 Quality Assurance Schemes 4D.2 Environmental Management Standards",
"minimum": "4C.1 Previous Experience - Bidders are required to provide three (3) examples of works carried out within the past five (5) years that demonstrate that they have the relevant experience to deliver works similar in scope, scale and duration to that described in this ITT. Our requirement is for the experience on works to be similar in scope, scale and duration to that described in this ITT project. Examples should be provided by completing the \"SPD Part 4C examples_(Insert Tenderer Name\" template. 4C.2 Technicians or Technical Bodies - Bidders are asked to provide details of the technicians or technical bodies the bidder can call upon, especially those responsible for quality control in relation to this procurement exercise 4C.6 and 4C.6.1 Educational & Professional Qualifications - Bidders are required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: CHAS, Constructionline, Site Management (SMSTS) Site Management Safety Training Scheme - CITB or Site Supervisor Safety (SSSTS) Site Supervisors Safety Training Scheme - CITB, CSCS, Confined Spaces, Working at Height, Asbestos Awareness, Abrasive Wheels Training, Hot Works, Health and Safety Training 4C.8.1 Manpower - Bidders are asked to provide details of the average annual manpower for the last three years 4C.9 Tools, Plant or Technical Equipment - Bidders are asked to provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise 4C.10 Sub-Contracting - Bidders ware asked to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders shall arrange for subcontractors to complete a SPD where applicable and return it with their bid. 4D.1 Quality Assurance Schemes Quality Management 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, The bidder must have documented arrangements for ensuring that the bidder will apply quality management measures that are appropriate to the work for which they are being engaged. Health and Safety 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, The bidder must have a regularly reviewed and documented policy for Health and Safety 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 Health and Safety management at all levels within the organisation. The policy must be relevant to the nature and scale of the bidders operations and set out the bidders responsibilities for Health and Safety management and compliance with legislation. The bidder must meet any health and safety requirements placed upon them by law. 4D.2 Environmental Management Standards Tenderers must hold a UKAS (or equivalent) accredited independent third-party certification of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR, Have procedures in place for dealing with waste (eg waste management plans, waste segregation, recycling etc.) And Documented arrangements for ensuring that any supplier 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 tenderers supply chain."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "45000000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Before initial 2 year period ends in 2025, or in 2026 or 2027 if options to extend contract are taken up."
}
},
"language": "EN",
"description": "Scotland Excel is acting on behalf of Dumfries and Galloway Council in the execution of this tender. Any contract that is awarded at the end of this procurement exercise will be awarded by Dumfries and Galloway Council, and will be between Dumfries and Galloway Council and the successful bidder. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24113. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Dumfries and Galloway Council are committed to maximising community benefits from contracts for works, goods and services in which the Council has an interest. Community benefits aim to improve the economic, social or environmental wellbeing of the area. Under this contract the successful supplier will be requested to support Dumfries and Galloway Council's economic, environmental and social regeneration objectives to achieve wider benefits. Based on the estimated value of this contract, any successful supplier will be required to meet a minimum number of community benefits points. Community Benefits Menu provides a range of community benefits outcomes that Tenderers can offer, which must be specific to the contract. It is up to each Tenderer to decide what community benefit outcomes they wish to choose. There is no limit to the community benefits that a Tenderer may offer, and the total community benefits points may exceed the stated expectation. (SC Ref:731431)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000731431"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}