Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
UK
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.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
18/1093 Phase 8 Landfill Capping and Restoration Works
Reference number: 18/1093
II.1.2) Main CPV code
45454100
II.1.3) Type of contract
Works
II.1.4) Short description
Delivery of Phase 8 Landfill Capping and Restoration Works
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 057 325.05
GBP
II.2) Description
II.2.2) Additional CPV code(s)
45454100
II.2.3) Place of performance
NUTS code:
UKM62
Main site or place of performance:
Moray
II.2.4) Description of the procurement
Delivery of Phase 8 Landfill Capping and Restoration Works
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
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 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 000-029797
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/01/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Priority Construction Ltd
162 Clontarf Road, Dublin 3
Dublin
IE
Telephone: +00 353018331825
Fax: +00 353018334060
NUTS: IE061
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 057 325.05
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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 have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance.
3. Health and Safety Procedures
The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
Note - Organisations with fewer than five employees are not required by law to have a documented policy statement.
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 Moray Council are a full member in the Supplier Development Programme http://www.sdpscotland.co.uk/home.aspx which provides a range of specialist business support activities including the provision of advice, information and training support including webinars with the aim of assisting businesses to become more capable of accessing and competing for public sector contracts.
(SC Ref:787107)
VI.4) Procedures for review
VI.4.1) Review body
Elgin Sheriff Court
High Street
elgin
IV30 1BU
UK
Telephone: +44 343542505
E-mail: elgin@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
08/01/2025