色猫直播 Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 31st Mar 2025
Reference | ocds-h6vhtk-04face |
Common Procurement Vocabulary | Structural engineering consultancy services |
Procurement Method | Open procedure |
Value | £750,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 31st Mar 2025
Reference | ocds-h6vhtk-04face |
Common Procurement Vocabulary | Structural engineering consultancy services |
Procurement Method | Open procedure |
Value | £750,000 |
Section I: Contracting authority
I.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Iain Webster
iwebster [at] pkc.gov.uk
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PKC12299 - B8019/01 Garry Viaduct, Bearing Replacement & Parapet Upgrade Consultancy Services
Reference number
PKC12299
II.1.2) Main CPV code
- 71312000 - Structural engineering consultancy services
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT: 拢750,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.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
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.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.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: 拢750,000
II.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
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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鈥檚 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鈥檚 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.
III.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.
III.2) Conditions related to the contract
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
12 May 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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)
IV.2.7) Conditions for opening of tenders
Date
12 May 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 58692. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
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)
VI.4) Procedures for review
VI.4.1) Review body
Perth Sheriff Court
County Building, Tay Street
Perth
PH2 8NL
Country
United Kingdom