Notice Information
Notice Title
PKC12897 Luncarty Bridge B9099-01 Repair Works
Notice Description
The key requirement of the contract was the appointment of a Contractor able to carry out the required repair works to Luncarty Bridge B9099-01 in a safe manner.
Lot Information
Lot 1
Perth & Kinross Council was seeking to appoint suitably qualified and experienced contractor to carry out masonry repairs to impact damaged parapet walls at Luncarty Bridge B9099-01. The total value includes Compensation Events.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000793906
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532006
- 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
50 - Repair and maintenance services
-
- CPV Codes
45220000 - Engineering works and construction works
45221112 - Railway bridge construction work
50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
50230000 - Repair, maintenance and associated services related to roads and other equipment
Notice Value(s)
- Tender Value
- £75,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £56,843 Under £100K
Notice Dates
- Publication Date
- 6 Jun 202511 months ago
- Submission Deadline
- 11 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 20 May 202511 months ago
- Contract Period
- 19 May 2025 - 18 Aug 2025 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526572
PKC12897 Luncarty Bridge B9099-01 Repair Works - The key requirement of the contract is the appointment of a Contractor able to carry out the required repair works to Luncarty Bridge B9099-01 in a safe manner, -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532006
PKC12897 Luncarty Bridge B9099-01 Repair Works - The key requirement of the contract was the appointment of a Contractor able to carry out the required repair works to Luncarty Bridge B9099-01 in a safe manner.
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-r6ebe6-0000793906-2025-06-06T00:00:00Z",
"date": "2025-06-06T00:00:00Z",
"ocid": "ocds-r6ebe6-0000793906",
"initiationType": "tender",
"parties": [
{
"id": "org-53",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"name": "Craig Beattie",
"email": "craigbeattie@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": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.pkc.gov.uk"
}
},
{
"id": "org-54",
"name": "Perth Sheriff Court",
"identifier": {
"legalName": "Perth Sheriff Court"
},
"address": {
"streetAddress": "County Building, Tay Street",
"locality": "Perth",
"postalCode": "PH2 8NL"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-203",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"name": "Craig Beattie",
"email": "craigbeattie@pkc.gov.uk",
"telephone": "+44 1738475000",
"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.pkc.gov.uk"
}
},
{
"id": "org-352",
"name": "Geo-Structural Ltd",
"identifier": {
"legalName": "Geo-Structural Ltd"
},
"address": {
"streetAddress": "Drumbreck Farm, Caldercruix",
"locality": "Airdrie",
"region": "UKM77",
"postalCode": "ML6 7RP"
},
"contactPoint": {
"telephone": "+44 7592283007"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-205",
"name": "Perth Sheriff Court",
"identifier": {
"legalName": "Perth Sheriff Court"
},
"address": {
"streetAddress": "County Building, Tay Street",
"locality": "Perth",
"postalCode": "PH2 8NL"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Perth & Kinross Council",
"id": "org-203"
},
"tender": {
"id": "PKC12897",
"title": "PKC12897 Luncarty Bridge B9099-01 Repair Works",
"description": "The key requirement of the contract was the appointment of a Contractor able to carry out the required repair works to Luncarty Bridge B9099-01 in a safe manner.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45220000",
"scheme": "CPV"
},
{
"id": "50200000",
"scheme": "CPV"
},
{
"id": "50230000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 75000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2025-04-11T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-04-11T12:00:00Z"
},
"documents": [
{
"id": "MAR526572",
"documentType": "contractNotice",
"title": "PKC12897 Luncarty Bridge B9099-01 Repair Works",
"description": "The key requirement of the contract is the appointment of a Contractor able to carry out the required repair works to Luncarty Bridge B9099-01 in a safe manner,",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526572",
"format": "text/html"
},
{
"id": "JUN532006",
"documentType": "awardNotice",
"title": "PKC12897 Luncarty Bridge B9099-01 Repair Works",
"description": "The key requirement of the contract was the appointment of a Contractor able to carry out the required repair works to Luncarty Bridge B9099-01 in a safe manner.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532006",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Perth & Kinross Council was seeking to appoint suitably qualified and experienced contractor to carry out masonry repairs to impact damaged parapet walls at Luncarty Bridge B9099-01. The total value includes Compensation Events.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2025-05-19T00:00:00Z",
"endDate": "2025-08-18T00:00:00Z"
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2025-04-11T12:00:00Z"
},
"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 Clients Property Insurance",
"minimum": "4B.4 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.5.1b The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract Employer's Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event. 4B.5.2 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract Public Liability Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event. 4B.5.2 The Bidders must confirm they already have, or can commit to obtain, prior to commencement of the contract Clients Property Insurance in the sum of GBP150,000 for any one occurrence or series of occurrences arising out of one event. 4B.5.2 The Bidders must confirm they already have, or can commit to obtain, prior to commencement of the contract Professional Indemnity 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 four examples of how they have delivered similar works within the last five years. 4C.10 Suppliers will be required to provide details of the proportion of the contract that they intend to subcontract. 4D.1 Quality Management Procedures 4D.1 HEALTH AND SAFETY PROCEDURES 4D.2 Environmental Management Standards",
"minimum": "4C.1 Suppliers will be required to provide four examples of how they have delivered a similar service within the last five years. - 2 examples should be projects working on masonry arch structures. - 2 examples should be projects involving working on/over a railway line and alongside Network Rail representatives. 4C.10 Suppliers will be required to provide details of the proportion of the contract that 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 the Evaluation Guidance Document. 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 the Evaluation Guidance document. 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 Environmental Management Standards policies and procedures as detailed in the evaluation guidance document."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "45221112",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "(SC Ref:799611)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000793906"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000793906"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "PKC12897",
"suppliers": [
{
"id": "org-352",
"name": "Geo-Structural Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "PKC12897",
"awardID": "PKC12897",
"status": "active",
"value": {
"amount": 56843,
"currency": "GBP"
},
"dateSigned": "2025-05-20T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1193",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "1194",
"measure": "smeBids",
"value": 6,
"relatedLot": "1"
},
{
"id": "1195",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1196",
"measure": "foreignBidsFromNonEU",
"value": 6,
"relatedLot": "1"
},
{
"id": "1197",
"measure": "electronicBids",
"value": 6,
"relatedLot": "1"
}
]
}
}