Notice Information
Notice Title
PKC12732 Corb Bridge Culvert B934-01-C05 Repair Works
Notice Description
The key requirement of the contract is the appointment of a Contractor able to carry out the required repair works to Corb Bridge Culvert in a safe manner and provide best value for money.
Lot Information
Lot 1
The key requirement of the contract is the appointment of a Contractor able to carry out the required repair works to Corb Bridge Culvert in a safe manner and provide best value for money.. Works completion date 1/8/25 followed by 12 month maintenance period.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000787399
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN521518
- 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
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
44212100 - Bridge
44212120 - Structures of bridges
45221100 - Construction work for bridges
45233140 - Roadworks
45233141 - Road-maintenance works
45233142 - Road-repair works
50000000 - Repair and maintenance services
50230000 - Repair, maintenance and associated services related to roads and other equipment
Notice Value(s)
- Tender Value
- £300,000 £100K-£500K
- Lots Value
- £300,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Jan 20251 years ago
- Submission Deadline
- 7 Feb 2025Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PERTH & KINROSS COUNCIL
- Contact Name
- Not specified
- Contact Email
- craigbeattie@pkc.gov.uk
- Contact Phone
- +44 1738475000
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN521518
PKC12732 Corb Bridge Culvert B934-01-C05 Repair Works - The key requirement of the contract is the appointment of a Contractor able to carry out the required repair works to Corb Bridge Culvert in a safe manner and provide best value for money.
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-r6ebe6-0000787399-2025-01-10T00:00:00Z",
"date": "2025-01-10T00:00:00Z",
"ocid": "ocds-r6ebe6-0000787399",
"initiationType": "tender",
"parties": [
{
"id": "org-106",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"email": "craigbeattie@pkc.gov.uk",
"telephone": "+44 1738475000",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.pkc.gov.uk"
}
},
{
"id": "org-107",
"name": "Perth Sheriff Court",
"identifier": {
"legalName": "Perth Sheriff Court"
},
"address": {
"streetAddress": "Tay Street",
"locality": "Perth"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Perth & Kinross Council",
"id": "org-106"
},
"tender": {
"id": "PKC12732",
"title": "PKC12732 Corb Bridge Culvert B934-01-C05 Repair Works",
"description": "The key requirement of the contract is the appointment of a Contractor able to carry out the required repair works to Corb Bridge Culvert in a safe manner and provide best value for money.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "44212100",
"scheme": "CPV"
},
{
"id": "44212120",
"scheme": "CPV"
},
{
"id": "45233142",
"scheme": "CPV"
},
{
"id": "50000000",
"scheme": "CPV"
},
{
"id": "50230000",
"scheme": "CPV"
},
{
"id": "45233141",
"scheme": "CPV"
},
{
"id": "45233140",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 300000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2025-02-07T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-02-07T12:00:00Z"
},
"documents": [
{
"id": "JAN521518",
"documentType": "contractNotice",
"title": "PKC12732 Corb Bridge Culvert B934-01-C05 Repair Works",
"description": "The key requirement of the contract is the appointment of a Contractor able to carry out the required repair works to Corb Bridge Culvert in a safe manner and provide best value for money.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN521518",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The key requirement of the contract is the appointment of a Contractor able to carry out the required repair works to Corb Bridge Culvert in a safe manner and provide best value for money.. Works completion date 1/8/25 followed by 12 month maintenance period.",
"status": "active",
"value": {
"amount": 300000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 450
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2025-02-07T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "4B.4 The Bidder 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 (Net Worth) (value per the Balance Sheet) 4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract: Professional Indemnity Insurance Employer's Liability Insurance Public Liability Insurance Client Property Insurance",
"minimum": "4B.4 Financial Ratios 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 for both years. 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 for both years. 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. 4B.5 Level of Insurance Professional Indemnity Insurance in the sum of GBP2,000,000 for any one occurrence or series of occurrences arising out of one event. Employer's Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event. Public Liability Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event. Client Property Insurance in the sum of GBP2,000,000 for any one occurrence or series of occurrences arising out of one event."
},
{
"type": "technical",
"description": "4C.1 Suppliers will be required to provide six examples of how they have delivered a similar service within the last five years. 4C.10 Bidders will be required to confirm what proportion of the contract they intend to subcontract. 4D.1 Quality Management Procedures 4D.1 HEALTH AND SAFETY PROCEDURES 4D.2 Environmental Management Standards",
"minimum": "4C.1 examples as follows: 2 examples should be projects working under SEPA licences. 2 examples should be projects involving installation of GRP segmental liners. 1 example should be a project involving installation of gabion baskets. 1 example should be a project involving installation of VRS barriers. 4C.10 Bidders will be required to confirm what proportion of the contract they intend to subcontract. 4D.1 Quality Management Procedures 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 be able to provide documented evidence of their Quality Management policies and procedures as detailed in evaluation guidance. 4D.1 HEALTH AND SAFETY PROCEDURES 1. 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, 2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in evaluation guidance. 4D.2 Environmental Management Standards 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 be able to provide documented evidence of their Quality Management policies and procedures as detailed in evaluation guidance."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "45221100",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28299. 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: Community benefits are included in this requirement, more information on community benefits can be found in NEC4 Short Contract Part 1 Updated. (SC Ref:787399)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000787399"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}