Section one: Contracting authority
one.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
Telephone
+44 3451550000
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
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/
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
Supply, Installation, Relocation and Servicing of External Metal Ramps
Reference number
CW0276
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Fife Council requires to appoint a Contractor capable of meeting the needs of the Council in relation to the installation, relocation and
servicing of external ramps.
two.1.5) Estimated total value
Value excluding VAT: £2,800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45223110 - Installation of metal structures
- 45421160 - Ironmongery work
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Fife
two.2.4) Description of the procurement
Fife Council requires to appoint a Contractor capable of meeting the needs of the Council in relation to the
installation, relocation and servicing of external ramps.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £2,800,000
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
Optional 12 months extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.
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
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
4B.4 - The Current Ratio will be applied - Current Assets will be divided by Current Liabilities. Tenderers are to provide their current assets and Current liabilities in relation to their published accounts for the last two years.
4B.4 - Tenderers are expected to achieve a ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why, and the Council may undertake additional financial checks using a tool such as Creditsafe and a qualitative judgement shall be made as to the financial capacity of the Tenderer.
4B.5.1 & 2
Employer’s (Compulsory) Liability Insurance = 10 million GBP
Public Liability (including Product liability) = 5 million GBP
Professional Negligence = 1 million GBP
The Contractor will be required to have the specified sum of Professional Negligence insurance in place for a period of up to two years after the end of the Framework period (including any extension(s)).
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
4C1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the service as described in part II.2.4 of the FTS Contract Notice. Examples should be from the last 3 years, and experience may date back more than 3 years.
4C.6.1 Bidders must comply with the current editions or guidelines of the following:
Health & Safety at Work etc Act 1974
Environmental Protection Act 1990
Management of Health and Safety Regulations 2003
Provision and Use of Work Equipment Regulations 1998 (PUWER)
Manual Handling Operations Regulations (as amended)
Workplace Health, Safety and Welfare Regulations 1992
Personal Protective Equipment Regulations 2002
Asbestos awareness certification
Appropriate SEPA Waste carrier licence or details of third party's Waste carrier licence.
4C7 Environment Management
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4C.11 Bidders must confirm that they will provide descriptions and photographs of the products to be supplied.
4C.12 Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the relevant British standards. If this cannot be provided, bidders will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation).
4D.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).
4D.2 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.
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
No
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 October 2025
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 October 2025
Local time
12:00pm
Place
Fife
Information about authorised persons and opening procedure
Yahia Reggab
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: July 2029
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.
SPD 2D.1.1 Bidders to provide list of proposed subcontractors
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27385. For more information see:
http://www.publiccontractsscotland.gov.uk
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:
Tenderers shall provide a Community Benefits delivery plan/ methodology as part of their tender submission, fully describing how they would intend to deliver these benefits.
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.
Fife Council is committed to ensuring delivery of high-quality services and to achieving best value through the contract by:
· securing continuous improvement in the performance and delivery of its function;
· maintaining an appropriate balance between quality and whole life cost; and
· actively contributing to sustainable development.
It is expected that the contractor will take a positive approach to Fair Work practices.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27385. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
See the tender documents
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30024. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
See the tender documents
(SC Ref:808489)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Courthouse, Whytescauseway
Kirkcaldy
KY1 1XQ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts
(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of
Session