Tender

New Elgin Cemetery Civil Works

  • Moray Council

F02: Contract notice

Notice identifier: 2025/S 000-009388

Procurement identifier (OCID): ocds-h6vhtk-047a78 (view related notices)

Published 14 March 2025, 11:15am



Section one: Contracting authority

one.1) Name and addresses

Moray Council

High Street

Elgin

IV30 1BX

Contact

Elaine Summerfield

Email

procurement@moray.gov.uk

Telephone

+44 1343563137

Country

United Kingdom

NUTS code

UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey

Internet address(es)

Main address

http://www.moray.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

New Elgin Cemetery Civil Works

Reference number

18/1023

two.1.2) Main CPV code

  • 45215400 - Cemetery works

two.1.3) Type of contract

Works

two.1.4) Short description

Moray Council will be constructing a new Cemetery in Elgin. The cemetery design has been prepared by Ironside Farrar Limited.

The works will include construction works required for the cemetery: this includes extensive earthworks, construction of NMU and road accesses, drainage installation, tree planting and removal, and grass and flower seeding.

There are several constraints on the project, which include the presence of a high-pressure gas mains near the site and ecological constraints.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45221000 - Construction work for bridges and tunnels, shafts and subways
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45215400 - Cemetery works

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Elgin, Moray

two.2.4) Description of the procurement

The works will include all construction works required for the cemetery: this includes extensive earthworks, construction of NMU and road accesses, drainage installation, tree planting and removal, and grass and flower seeding.

This project is being run as an open tender, with a single supplier contracted to deliver the works as per the tender documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

16 June 2025

End date

19 December 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited accounts that materially impact the economic and financial standing of the economic operator.

Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing.

Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Minimum level(s) of standards possibly required

Bidders will be required to have a minimum “general” yearly turnover of [2,620,000] GBP for the last [3] years

The bidder is required to provide a copy of the last 3 audited accounts as evidence of their compliance to meet their statutory obligations.

Employer's (Compulsory) Liability: 5 million 5000000 GBP

Public Liability: 10 million 10000000 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide 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 Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Minimum level(s) of standards possibly required

Minimum number of relevant examples: 3 examples

Requirement: projects of a similar size and scope within the past 5 years


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-020377

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 April 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

25 April 2025

Local time

12:00pm

Place

online through https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28745. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:793160)

six.4) Procedures for review

six.4.1) Review body

Elgin Sherriff Court

Sheriff Courthouse, High Street

Elgin

IV30 1BU

Email

elgin@scotcourts.gov.uk

Telephone

+44 343542506

Country

United Kingdom

Internet address

https://scotcourts.gov.uk/

six.4.2) Body responsible for mediation procedures

Elgin Sherriff Court

Sheriff Courthouse, High Street

Elgin

IV30 1BU

Email

elgin@scotcourts.gov.uk

Telephone

+44 343542505

Country

United Kingdom

Internet address

https://scotcourts.gov.uk/