Tender

18/0683 A95 Meikle Cantlay Landslip Repair 2022

  • Moray Council

F02: Contract notice

Notice identifier: 2022/S 000-026669

Procurement identifier (OCID): ocds-h6vhtk-036ae5

Published 23 September 2022, 11:20am



Section one: Contracting authority

one.1) Name and addresses

Moray Council

Council Offices, High Street

Elgin

IV30 1BX

Contact

Elaine Summerfield

Email

procurement@moray.gov.uk

Telephone

+44 343563137

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

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

18/0683 A95 Meikle Cantlay Landslip Repair 2022

Reference number

18/0683

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short description

Works required for landslip repair on the A95 at Meikle Cantlay as per the specification and scope included in PCS-T project_22357

two.1.5) Estimated total value

Value excluding VAT: £683,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233100 - Construction work for highways, roads
  • 45200000 - Works for complete or part construction and civil engineering work

two.2.3) Place of performance

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

A95, Moray

two.2.4) Description of the procurement

Repair of landslip on the A95 at Meikle Cantly as per the scope and specification included in PCS-T project 22357

two.2.5) Award criteria

Quality criterion - Name: Design / Weighting: 40

Quality criterion - Name: Programme / Weighting: 5

Quality criterion - Name: Construction Sequence / Weighting: 20

Quality criterion - Name: Environment / Weighting: 17.5

Quality criterion - Name: Management / Weighting: 17.5

Price - Weighting: 40

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

Duration in months

3

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


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

Bidders will be required to have a minimum yearly Average turnover of 1,000,000 GBP for the last 3 years in the business area covered by the contract.

The bidder will be required to confirm that 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

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 financial statements 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.

Insurance Requirements

Employer's (Compulsory) Liability: FIVE Million 5,000,000

Public Liability: FIVE Million 5,000,000

Professional Risk Indemnity: FIVE Million 5,000,000

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: provide at least 2 projects showing working within water course and 2 projects showing Land Slip remediation. These can be the same project if applicable.

Requirement: Within the past five 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.2.2) Time limit for receipt of tenders or requests to participate

Date

2 December 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

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

four.2.7) Conditions for opening of tenders

Date

2 December 2022

Local time

12:00pm

Place

Elgin

Information about authorised persons and opening procedure

Evaluation will be carried out in the PCS-T system


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 22357. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:707260)

six.4) Procedures for review

six.4.1) Review body

Elgin Sherriff Court

Sheriff Courthouse, High Street

Elgin

IV30 1BX

Email

elgin@scotcourts.gov.uk

Telephone

+44 343542505

Country

United Kingdom

Internet address

https://scotcourts.gov.uk/