Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Roads Maintenance Services (TPC2108)

  • First published: 01 June 2022
  • Last modified: 01 June 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03262f
Published by:
Tayside Procurement Consortium
Authority ID:
AA20930
Publication date:
01 June 2022
Deadline date:
08 July 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Re-Instatement of Trenches, Patching and Footway Surfacing using rolled Asphalt and Bitumen Macadam, as described in the Specification of Requirements document. (See PCS Project N0. 21427)

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

UK

Contact person: Julie Thompson

Telephone: +44 1382834072

E-mail: julie.thompson@dundeecity.gov.uk

NUTS: UKM7

Internet address(es)

Main address: http://www.taysideprocurement.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html


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/web/login.html


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html


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

Provision of Roads Maintenance Services (TPC2108)

Reference number: TPC/ROADSMNT/21/08

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The framework includes but is not limited to the Provisions of Roads Maintenance Services throughout Tayside. Successful Contractors will provide (but not restricted to) the following service elements:

Surfacing & Cold Milling

Re-Instatement of Trenches, Patching and Road and Footway Surfacing

Heating & Scarifying Road Surfaces

In-situ Recycling

Surface Dressing

Road Marking and Road Studs

Micro Surfacing

Slurry Surfacing

Traffic Signs

Jetting and CCTV Surveys

Manhole Surveys

Footway Works

Drainage Works

Sporadic (hotbox) patching on roads or footways

Civils for Road Traffic Signals

II.1.5) Estimated total value

Value excluding VAT: 16 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Surfacing and Cold Milling (Angus Council Area)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus Council Area

II.2.4) Description of the procurement

The Specification for Surfacing and Cold Milling will be the ‘Specification for Highway Works’ published by the Stationery Office as Volume 1 of the Manual of Contract Documents for Highway Works, as modified and extended, as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 months

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

Lot No: 2

II.2.1) Title

Surfacing and Cold Milling (Dundee City Council Area)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee City Council Area

II.2.4) Description of the procurement

The Specification for Surfacing and Cold Milling will be the ‘Specification for Highway Works’ published by the Stationery Office as Volume 1 of the Manual of Contract Documents for Highway Works, as modified and extended, as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 months

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

Lot No: 3

II.2.1) Title

Surfacing and Cold Milling (Perth & Kinross Council Area)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth and Kinross Council Area

II.2.4) Description of the procurement

The Specification for Surfacing and Cold Milling will be the ‘Specification for Highway Works’ published by the Stationery Office as Volume 1 of the Manual of Contract Documents for Highway Works, as modified and extended, as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 months

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

Lot No: 4

II.2.1) Title

Re-Instatement (Angus Council Area)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Angus Council Area

II.2.4) Description of the procurement

Re-Instatement of Trenches, Patching and Footway Surfacing using rolled Asphalt and Bitumen Macadam, as described in the Specification of Requirements document. (See PCS Project N0. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 months

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

Lot No: 5

II.2.1) Title

Re-instatement (Dundee City Council Area)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee City Council Area

II.2.4) Description of the procurement

Re-Instatement of Trenches, Patching and Footway Surfacing using rolled Asphalt and Bitumen Macadam, as described in the Specification of Requirements document. (See PCS Project N0. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 months

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

Lot No: 6

II.2.1) Title

Re-instatement (Perth & Kinross Council Area)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth & Kinross Council Area

II.2.4) Description of the procurement

Re-Instatement of Trenches, Patching and Footway Surfacing using rolled Asphalt and Bitumen Macadam, as described in the Specification of Requirements document. (See PCS Project N0. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 months

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

Lot No: 7

II.2.1) Title

Proprietary Processes (Tayside)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus Council, Dundee City Council and Perth and Kinross Council Areas.

II.2.4) Description of the procurement

Proprietary Processes as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 months

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

Lot No: 8

II.2.1) Title

Road Markings & Roads Studs (Tayside)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus Council, Dundee City Council and Perth and Kinross Council Areas.

II.2.4) Description of the procurement

Proprietary Processes as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 months

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

Lot No: 9

II.2.1) Title

Surface Dressing (Tayside)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus Council, Dundee City Council and Perth & Kinross Council Areas.

II.2.4) Description of the procurement

The provision and laying of Surfacing Dressing on carriageways and footways using bituminous thermos-plastic binders as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 Months

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

Lot No: 10

II.2.1) Title

Micro Surfacing and Slurry Surfacing (Tayside)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus Council, Dundee City Council and Perth & Kinross Council Areas.

II.2.4) Description of the procurement

Micro Surfacing and Slurry Surfacing on roads and footways as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 Months

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

Lot No: 11

II.2.1) Title

Traffic Sign Supply, Erection and Maintenance (Tayside)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus Council, Dundee City Council and Perth & Kinross Council Areas.

II.2.4) Description of the procurement

The Supply, Erection and Maintenance of Traffic Signs, as described in the Specification of Requirements document. (See PCST Project No. 21427).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 Months

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

Lot No: 12

II.2.1) Title

Jetting and CCTV Camera Surveys and Manhole Surveys (Tayside)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus Council, Dundee City Council and Perth & Kinross Council Areas.

II.2.4) Description of the procurement

Jetting and Closed-Circuit Television (CCTV) Camera Surveys of various types of drains and culverts on all classifications of road (except motorways and trunk roads). Along with Surveys of various types of Manholes and Chambers, as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 MOnths

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

Lot No: 13

II.2.1) Title

Footway Works (Tayside)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus Council, Dundee City Council and Perth and Kinross Council Areas.

II.2.4) Description of the procurement

Reconstruction of existing footways and footpaths including replacement kerbing, resurfacing and patching on existing footways using rolled Asphalt and Bitumen Macadam and precast concrete and natural stone paving stones, as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 Months

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

Lot No: 14

II.2.1) Title

Drainage Works (Tayside)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus Council, Dundee City Council and Perth & Kinross Council Areas.

II.2.4) Description of the procurement

Renewal of existing road surface water drainage systems and installation of road surface water drainage systems, as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 Months

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

Lot No: 15

II.2.1) Title

Hotbox Patching (Tayside)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus Council, Dundee City Council and Perth & Kinross Council Areas.

II.2.4) Description of the procurement

A permanent reinstatement service to pothole/carriageway defect, as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 Months

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

Lot No: 16

II.2.1) Title

Civil Engineering Works for Road Traffic Signals (Tayside)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKM7


Main site or place of performance:

Angus Council, Dundee City Council and Perth & Kinross Council Areas.

II.2.4) Description of the procurement

Civil engineering works for traffic signals renewal and installation, including laying ducting, construction of surface entry and surface mounted access covers, chambers and cabinets and installation of traffic signal pole sockets on roads and footway surfaces, as described in the Specification of Requirements document. (See PCST Project No. 21427)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

12 Months

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Tenderers must hold a Certificate of Incorporation (or equivalent)

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Tenderers will be required to provide/state the value(s) for the following financial ratio(s):

- Net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss.

- Current ratio equal to or greater than one in both financial 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.

- Positive Gearing Ratio for both financial years. i.e. an excess of shareholders funds/partners' capital accounts/owners equity over loan finance in both of the financial 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.

- Positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in both of the financial years.

- Unqualified audit report (if an audit is required).

- Managements accounts showing your current position, for the period following your final accounts to include profit and loss and balance sheet


Minimum level(s) of standards required:

Financial Information as detailed above. Plus;

Candidates must hold or commit themselves to holding prior to the date of contract award the following minimum insurances with a reputable insurance company licensed to offer insurance services in the United Kingdom

Insurance: Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim.

Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 10,000,000 GBP in respect of each claim.

Product Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5,000,000 GBP in respect of each claim.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C1.2 of SPD: Tenderers will be required to provide examples that demonstrate that they have the relevant experience as follows:

- a description of the works delivered (relevant to each Contract Lot being bid for) (Provide 2 examples for each Lot being bid for). The same project can be used for multiple Lots.

- contract value & dates.

- previous or current customer details, resources/plant involved

(Examples from both public and/or private sector customers and clients may be provided)


Minimum level(s) of standards required:

As above. Plus;

4D of SPD: Health and Safety Procedures

Tenderers 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 demonstrate equivalence as detailed in the Tender Evaluation Guidance Document, provided in the Attachments Area of PCST.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 40

Justification for any framework agreement duration exceeding 4 years: NA

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:

2022/S 000-008085

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/07/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30/09/2022

IV.2.7) Conditions for opening of tenders

Date: 08/07/2022

Local time: 12:00

Place:

PCST Electronic Postbox

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

May 2026

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 the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Quality will be Evaluated as Follows:

1.Compliance with Specification of Requirement Pass/Fail

2.Health and Safety Score – (7.0%)

3.Risk Assessment and Method Statements Pass/Fail

4.CDM 2015 Pass/Fail

5.Construction Phase Plan Score - (3.0%)

6.Various Quality Statements (Resource, Plant, Quarries etc) (Pass/Fail)

7.Service Standards/Operative/Supervisor Training (Pass/Fail)

8.General Requirements/Quality Management (3%,2.5%,2.0%: total 7.5%)

9.Complaints and Escalation Procedures Pass/Fail

10.Contract Administration (Invoice/Payments) Pass/Fail

11.Community Benefits Score – (2.5%)

12.Fair Working Practices (Pass/Fail)

12A.Sustainability – Climate Change (Pass/Fail)

The estimated value of potential call-offs from the Framework is 4m GBP per year (16m GBP over a potential maximum of 4 years).

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21427. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

If a contractor is awarded 50,000 GPB or more worth of business through the Framework, they will be expected to deliver the community benefits that they offered as part of their tender submission. Contractors may wish to contribute to the Perth and Kinross ‘wish list’, as detailed below.

Perth and Kinross Council, in conjunction with their community planning officers, have developed a ‘Wish List’. To find information about current community requirements in the Perth and Kinross Council area please look at their website. The link is as follows: https://www.pkc.gov.uk/article/20942/Map-of-community-benefits-wish-list

Successful Contractors will be required to communicate with the Councils’ designated person to finalise the community benefits that you are offering.

The following Community Benefit Outcomes specified in the Contract meet that policy and legal context and require to be delivered as part of the Contract:

Based on the annual estimated spend of this contract any successful Contractor would be expected to deliver the following Community Benefits as a minimum. Contractor must report delivered Community Benefits to the Contract Manager on a regular basis.

Work Experience Placement Directly provide through delivering work through this contract, a minimum of a one-day structured work experience for a school leaver, student or trainee.

Charitable Donations Donation to charitable body which is agreed with the Councils’ allocated Community Benefits Champion or other designated person.

Communal Area Refurbishment

Work with the Councils’ allocated Community Benefits Champion or other designated person to improve one aspect of communal area e.g., road/path upgrade

Industry Awareness Day (Half Day)

Potentially provide to public schools, colleges, job centres. Topics could include awareness on use of equipment.

Volunteering: Staff volunteering to good causes.

Toolbox Talk: Provide a short presentation to the Councils’ employees on a single aspect of health and safety.

(SC Ref:695185)

VI.4) Procedures for review

VI.4.1) Review body

Dundee Sherriff Court and Justice of the Peace Court

Sherriff Court House, 6 West Bell Street

Dundee

DD1 9AD

UK

VI.4.4) Service from which information about the review procedure may be obtained

Scottish Courts Service

Saughton House, Broomhouse

Edinburgh

EH11 3XD

UK

E-mail: Enquiries@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

31/05/2022

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
julie.thompson@dundeecity.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.