Tender

PKC12299 - B8019/01 Garry Viaduct, Bearing Replacement & Parapet Upgrade Consultancy Services

  • Perth & Kinross Council

F02: Contract notice

Notice identifier: 2025/S 000-012062

Procurement identifier (OCID): ocds-h6vhtk-04face (view related notices)

Published 31 March 2025, 3:37pm



The closing date and time has been changed to:

26 May 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Contact

Iain Webster

Email

iwebster@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

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

PKC12299 - B8019/01 Garry Viaduct, Bearing Replacement & Parapet Upgrade Consultancy Services

Reference number

PKC12299

two.1.2) Main CPV code

  • 71312000 - Structural engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Perth & Kinross Council is seeking to appoint suitably qualified and experienced consultant to undertake the necessary inspections, assessments, design & site supervision etc. to undertake critical repairs, facilitate the replacement of the bearings and upgrade the parapet in line with current standards.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71312000 - Structural engineering consultancy services
  • 71311000 - Civil engineering consultancy services
  • 45221121 - Road viaduct construction work
  • 45221120 - Viaduct construction work
  • 44212120 - Structures of bridges

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling

two.2.4) Description of the procurement

Perth & Kinross Council is seeking to appoint suitably qualified and experienced consultant to undertake the necessary inspections, assessments, design & site supervision etc. to undertake critical repairs, facilitate the replacement of the bearings and upgrade the parapet in line with current standards.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £750,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Possible extension period of up to 24 months

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


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

4B1.1 Bidders will be required to state the general turnover for each of the past three years.

4B.4 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 (Net Worth) (value per the Balance Sheet)

4B.5.1a The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract Professional Indemnity Insurance.

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.

4B.5.2 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract Public Liability Insurance.

Minimum level(s) of standards possibly required

4B1.1 This shall not be less than GBP 1million

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.5.1a Professional Indemnity Insurance: the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.

4B.5.1b Employer’s Liability Insurance: the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.

4B.5.2 Public Liability Insurance: the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1 Suppliers will be required to provide six examples of how they have delivered a similar service within the last five years

4C.6 Bidders will be required to confirm that they have the following relevant educational and professional qualifications.

4C.6.1 Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications.

4C.10 Bidders will be required to confirm whether they intend to subcontract.

4D Quality Assurance Schemes and Environmental Standards

Minimum level(s) of standards possibly required

4C.1 Examples given as follows:

2 examples should be projects involving Principal Inspections or Inspections for Assessment.

2 examples should be projects the design of bearing replacement on multi-span bridges.

2 examples should be projects involving the on-site supervision and / or monitoring of construction works on bridges

4C.6 Individual responsible for managing the Services from a technical perspective will be reviewed for the following issues:

Qualifications relevant to the Services: CEng MICE, CEng MIStructE or equivalent

4C.6.1 Individual responsible for managing the Services from a contractual, resourcing and financial perspective will be reviewed for the following issues: Qualifications relevant to the Services: CEng MICE, CEng MIStructE or equivalent.

4C.10 Bidders will be required to confirm whether they intend to subcontract.

Quality Assurance Schemes

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 .

HEALTH AND SAFETY PROCEDURES

1. The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with ISO 45001 (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.

Environmental Management Systems or 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 as detailed in the Evaluation Guidance document.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

Originally published as:

Date

12 May 2025

Local time

12:00pm

Changed to:

Date

26 May 2025

Local time

12:00pm

See the change notice.

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 May 2025

Local time

12:00pm


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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 58692. 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 the instructions for tenderers document.

(SC Ref:794735)

six.4) Procedures for review

six.4.1) Review body

Perth Sheriff Court

County Building, Tay Street

Perth

PH2 8NL

Country

United Kingdom