Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
UK
Contact person: Elaine Summerfield
Telephone: +44 1343563137
E-mail: procurement@moray.gov.uk
NUTS: UKM62
Internet address(es)
Main address: http://www.moray.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
New Elgin Cemetery Civil Works
Reference number: 18/1023
II.1.2) Main CPV code
45215400
II.1.3) Type of contract
Works
II.1.4) Short description
Moray Council will be constructing a new Cemetery in Elgin. The cemetery design has been prepared by Ironside Farrar Limited.
The works will include construction works required for the cemetery: this includes extensive earthworks, construction of NMU and road accesses, drainage installation, tree planting and removal, and grass and flower seeding.
There are several constraints on the project, which include the presence of a high-pressure gas mains near the site and ecological constraints.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
45200000
45220000
45221000
45222000
45215400
II.2.3) Place of performance
NUTS code:
UKM62
Main site or place of performance:
Elgin, Moray
II.2.4) Description of the procurement
The works will include all construction works required for the cemetery: this includes extensive earthworks, construction of NMU and road accesses, drainage installation, tree planting and removal, and grass and flower seeding.
This project is being run as an open tender, with a single supplier contracted to deliver the works as per the tender documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
16/06/2025
End:
19/12/2025
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
II.2.14) 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.
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:
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 accounts 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.
Bidder confirms 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 required:
Bidders will be required to have a minimum “general” yearly turnover of [2,620,000] GBP for the last [3] years
The bidder is required to provide a copy of the last 3 audited accounts as evidence of their compliance to meet their statutory obligations.
Employer's (Compulsory) Liability: 5 million 5000000 GBP
Public Liability: 10 million 10000000 GBP
III.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 required:
Minimum number of relevant examples: 3 examples
Requirement: projects of a similar size and scope within the past 5 years
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-020377
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/04/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
25/04/2025
Local time: 12:00
Place:
online through https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
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 28745. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:793160)
VI.4) Procedures for review
VI.4.1) Review body
Elgin Sherriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
UK
Telephone: +44 343542506
E-mail: elgin@scotcourts.gov.uk
Internet address(es)
URL: https://scotcourts.gov.uk/
VI.4.2) Body responsible for mediation procedures
Elgin Sherriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
UK
Telephone: +44 343542505
E-mail: elgin@scotcourts.gov.uk
Internet address(es)
URL: https://scotcourts.gov.uk/
VI.5) Date of dispatch of this notice
14/03/2025