- Scope of the procurement
- Lot 4. Re-Instatement (Angus Council Area)
- Lot 5. Re-instatement (Dundee City Council Area)
- Lot 6. Re-instatement (Perth & Kinross Council Area)
- Lot 7. Proprietary Processes (Tayside)
- Lot 8. Road Markings & Roads Studs (Tayside)
- Lot 9. Surface Dressing (Tayside)
- Lot 10. Micro Surfacing and Slurry Surfacing (Tayside)
- Lot 1. Surfacing and Cold Milling (Angus Council Area)
- Lot 2. Surfacing and Cold Milling (Dundee City Council Area)
- Lot 3. Surfacing and Cold Milling (Perth & Kinross Council Area)
- Lot 11. Traffic Sign Supply, Erection and Maintenance (Tayside)
- Lot 12. Jetting and CCTV Camera Surveys and Manhole Surveys (Tayside)
- Lot 13. Footway Works (Tayside)
- Lot 14. Drainage Works (Tayside)
- Lot 15. Hotbox Patching (Tayside)
- Lot 16. Civil Engineering Works for Road Traffic Signals (Tayside)
Section one: Contracting authority
one.1) Name and addresses
Tayside Procurement Consortium
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
Contact
Julie Thompson
julie.thompson@dundeecity.gov.uk
Telephone
+44 1382834072
Country
United Kingdom
NUTS code
UKM7 - Eastern Scotland
Internet address(es)
Main address
http://www.taysideprocurement.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
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/web/login.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
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
Provision of Roads Maintenance Services (TPC2108)
Reference number
TPC/ROADSMNT/21/08
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The framework includes but is not limited to the Provisions of Roads Maintenance Services throughout Tayside. Successful Contractors will provide (but not restricted to) the following service elements:
Surfacing & Cold Milling
Re-Instatement of Trenches, Patching and Road and Footway Surfacing
Heating & Scarifying Road Surfaces
In-situ Recycling
Surface Dressing
Road Marking and Road Studs
Micro Surfacing
Slurry Surfacing
Traffic Signs
Jetting and CCTV Surveys
Manhole Surveys
Footway Works
Drainage Works
Sporadic (hotbox) patching on roads or footways
Civils for Road Traffic Signals
two.1.5) Estimated total value
Value excluding VAT: £16,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Re-Instatement (Angus Council Area)
Lot No
4
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus Council Area
two.2.4) Description of the procurement
Re-Instatement of Trenches, Patching and Footway Surfacing using rolled Asphalt and Bitumen Macadam, as described in the Specification of Requirements document. (See PCS Project N0. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Re-instatement (Dundee City Council Area)
Lot No
5
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee City Council Area
two.2.4) Description of the procurement
Re-Instatement of Trenches, Patching and Footway Surfacing using rolled Asphalt and Bitumen Macadam, as described in the Specification of Requirements document. (See PCS Project N0. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Re-instatement (Perth & Kinross Council Area)
Lot No
6
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross Council Area
two.2.4) Description of the procurement
Re-Instatement of Trenches, Patching and Footway Surfacing using rolled Asphalt and Bitumen Macadam, as described in the Specification of Requirements document. (See PCS Project N0. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Proprietary Processes (Tayside)
Lot No
7
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Angus Council, Dundee City Council and Perth and Kinross Council Areas.
two.2.4) Description of the procurement
Proprietary Processes as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Road Markings & Roads Studs (Tayside)
Lot No
8
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Angus Council, Dundee City Council and Perth and Kinross Council Areas.
two.2.4) Description of the procurement
Proprietary Processes as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Surface Dressing (Tayside)
Lot No
9
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Angus Council, Dundee City Council and Perth & Kinross Council Areas.
two.2.4) Description of the procurement
The provision and laying of Surfacing Dressing on carriageways and footways using bituminous thermos-plastic binders as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Micro Surfacing and Slurry Surfacing (Tayside)
Lot No
10
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Angus Council, Dundee City Council and Perth & Kinross Council Areas.
two.2.4) Description of the procurement
Micro Surfacing and Slurry Surfacing on roads and footways as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Surfacing and Cold Milling (Angus Council Area)
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Angus Council Area
two.2.4) Description of the procurement
The Specification for Surfacing and Cold Milling will be the ‘Specification for Highway Works’ published by the Stationery Office as Volume 1 of the Manual of Contract Documents for Highway Works, as modified and extended, as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Surfacing and Cold Milling (Dundee City Council Area)
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee City Council Area
two.2.4) Description of the procurement
The Specification for Surfacing and Cold Milling will be the ‘Specification for Highway Works’ published by the Stationery Office as Volume 1 of the Manual of Contract Documents for Highway Works, as modified and extended, as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Surfacing and Cold Milling (Perth & Kinross Council Area)
Lot No
3
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross Council Area
two.2.4) Description of the procurement
The Specification for Surfacing and Cold Milling will be the ‘Specification for Highway Works’ published by the Stationery Office as Volume 1 of the Manual of Contract Documents for Highway Works, as modified and extended, as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Traffic Sign Supply, Erection and Maintenance (Tayside)
Lot No
11
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Angus Council, Dundee City Council and Perth & Kinross Council Areas.
two.2.4) Description of the procurement
The Supply, Erection and Maintenance of Traffic Signs, as described in the Specification of Requirements document. (See PCST Project No. 21427).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Jetting and CCTV Camera Surveys and Manhole Surveys (Tayside)
Lot No
12
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Angus Council, Dundee City Council and Perth & Kinross Council Areas.
two.2.4) Description of the procurement
Jetting and Closed-Circuit Television (CCTV) Camera Surveys of various types of drains and culverts on all classifications of road (except motorways and trunk roads). Along with Surveys of various types of Manholes and Chambers, as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Footway Works (Tayside)
Lot No
13
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Angus Council, Dundee City Council and Perth and Kinross Council Areas.
two.2.4) Description of the procurement
Reconstruction of existing footways and footpaths including replacement kerbing, resurfacing and patching on existing footways using rolled Asphalt and Bitumen Macadam and precast concrete and natural stone paving stones, as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Drainage Works (Tayside)
Lot No
14
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Angus Council, Dundee City Council and Perth & Kinross Council Areas.
two.2.4) Description of the procurement
Renewal of existing road surface water drainage systems and installation of road surface water drainage systems, as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Hotbox Patching (Tayside)
Lot No
15
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Angus Council, Dundee City Council and Perth & Kinross Council Areas.
two.2.4) Description of the procurement
A permanent reinstatement service to pothole/carriageway defect, as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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
two.2) Description
two.2.1) Title
Civil Engineering Works for Road Traffic Signals (Tayside)
Lot No
16
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Angus Council, Dundee City Council and Perth & Kinross Council Areas.
two.2.4) Description of the procurement
Civil engineering works for traffic signals renewal and installation, including laying ducting, construction of surface entry and surface mounted access covers, chambers and cabinets and installation of traffic signal pole sockets on roads and footway surfaces, as described in the Specification of Requirements document. (See PCST Project No. 21427)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Tenderers must hold a Certificate of Incorporation (or equivalent)
three.1.2) Economic and financial standing
List and brief description of selection criteria
Tenderers will be required to provide/state the value(s) for the following financial ratio(s):
- Net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss.
- Current ratio equal to or greater than one in both financial 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.
- Positive Gearing Ratio for both financial years. i.e. an excess of shareholders funds/partners' capital accounts/owners equity over loan finance in both of the financial 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.
- Positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in both of the financial years.
- Unqualified audit report (if an audit is required).
- Managements accounts showing your current position, for the period following your final accounts to include profit and loss and balance sheet
Minimum level(s) of standards possibly required
Financial Information as detailed above. Plus;
Candidates must hold or commit themselves to holding prior to the date of contract award the following minimum insurances with a reputable insurance company licensed to offer insurance services in the United Kingdom
Insurance: Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim.
Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 10,000,000 GBP in respect of each claim.
Product Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5,000,000 GBP in respect of each claim.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C1.2 of SPD: Tenderers will be required to provide examples that demonstrate that they have the relevant experience as follows:
- a description of the works delivered (relevant to each Contract Lot being bid for) (Provide 2 examples for each Lot being bid for). The same project can be used for multiple Lots.
- contract value & dates.
- previous or current customer details, resources/plant involved
(Examples from both public and/or private sector customers and clients may be provided)
Minimum level(s) of standards possibly required
As above. Plus;
4D of SPD: Health and Safety Procedures
Tenderers 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 demonstrate equivalence as detailed in the Tender Evaluation Guidance Document, provided in the Attachments Area of PCST.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 40
In the case of framework agreements, provide justification for any duration exceeding 4 years:
NA
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: 2022/S 000-008085
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 July 2022
Local time
12:00pm
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
Tender must be valid until: 30 September 2022
four.2.7) Conditions for opening of tenders
Date
8 July 2022
Local time
12:00pm
Place
PCST Electronic Postbox
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: May 2026
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 the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Quality will be Evaluated as Follows:
1.Compliance with Specification of Requirement Pass/Fail
2.Health and Safety Score – (7.0%)
3.Risk Assessment and Method Statements Pass/Fail
4.CDM 2015 Pass/Fail
5.Construction Phase Plan Score - (3.0%)
6.Various Quality Statements (Resource, Plant, Quarries etc) (Pass/Fail)
7.Service Standards/Operative/Supervisor Training (Pass/Fail)
8.General Requirements/Quality Management (3%,2.5%,2.0%: total 7.5%)
9.Complaints and Escalation Procedures Pass/Fail
10.Contract Administration (Invoice/Payments) Pass/Fail
11.Community Benefits Score – (2.5%)
12.Fair Working Practices (Pass/Fail)
12A.Sustainability – Climate Change (Pass/Fail)
The estimated value of potential call-offs from the Framework is 4m GBP per year (16m GBP over a potential maximum of 4 years).
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21427. 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:
If a contractor is awarded 50,000 GPB or more worth of business through the Framework, they will be expected to deliver the community benefits that they offered as part of their tender submission. Contractors may wish to contribute to the Perth and Kinross ‘wish list’, as detailed below.
Perth and Kinross Council, in conjunction with their community planning officers, have developed a ‘Wish List’. To find information about current community requirements in the Perth and Kinross Council area please look at their website. The link is as follows: https://www.pkc.gov.uk/article/20942/Map-of-community-benefits-wish-list
Successful Contractors will be required to communicate with the Councils’ designated person to finalise the community benefits that you are offering.
The following Community Benefit Outcomes specified in the Contract meet that policy and legal context and require to be delivered as part of the Contract:
Based on the annual estimated spend of this contract any successful Contractor would be expected to deliver the following Community Benefits as a minimum. Contractor must report delivered Community Benefits to the Contract Manager on a regular basis.
Work Experience Placement Directly provide through delivering work through this contract, a minimum of a one-day structured work experience for a school leaver, student or trainee.
Charitable Donations Donation to charitable body which is agreed with the Councils’ allocated Community Benefits Champion or other designated person.
Communal Area Refurbishment
Work with the Councils’ allocated Community Benefits Champion or other designated person to improve one aspect of communal area e.g., road/path upgrade
Industry Awareness Day (Half Day)
Potentially provide to public schools, colleges, job centres. Topics could include awareness on use of equipment.
Volunteering: Staff volunteering to good causes.
Toolbox Talk: Provide a short presentation to the Councils’ employees on a single aspect of health and safety.
(SC Ref:695185)
six.4) Procedures for review
six.4.1) Review body
Dundee Sherriff Court and Justice of the Peace Court
Sherriff Court House, 6 West Bell Street
Dundee
DD1 9AD
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Scottish Courts Service
Saughton House, Broomhouse
Edinburgh
EH11 3XD
Country
United Kingdom