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
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 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
Levelling Up Funding LUF Civil Engineering and Construction Framework 2025
Reference number: 18/1183
II.1.2) Main CPV code
45200000
II.1.3) Type of contract
Works
II.1.4) Short description
This procurement involves the establishment of a single supplier framework to deliver a number of civil engineering work packages associated with the Levelling up Funding for Moray.
II.1.5) Estimated total value
Value excluding VAT:
18 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
45100000
45111240
45111250
45211360
45212000
45200000
II.2.3) Place of performance
NUTS code:
UKM62
Main site or place of performance:
Elgin, Moray
II.2.4) Description of the procurement
Moray Council is seeking a single supplier framework to engage with a contractor to deliver a number of civil engineering projects over a 2-3 year period, funding has been received through the levelling up funding from UK Government.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
18 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The framework may be extended for a further period of 1x 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:
Yes
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:
Bidders will be required to confirm the financial criteria stated below:
The 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 16 Million GBP for the last 3 years
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 financial statements 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.
The bidder is required to provide a copy of the last 2 or 3 audited financial statements as evidence of their compliance to meet their statutory obligations.
Employer's (Compulsory) Liability: 10000000 GBP (Ten million pounds)
Public Liability: 10000000 GBP (Ten million pounds)
Contractors all risks: 5000000 GBP (Five million pounds)
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders will be required to confirm that they have the relevant experience to deliver the works within this framework
Minimum level(s) of standards required:
Provide 3 examples of projects in the last 5 years that have included civil engineering works on multiple sites with a total contract value over 1,000,000 GBP.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
Justification for any framework agreement duration exceeding 4 years: Not applicable
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/07/2025
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
15/07/2025
Local time: 12:00
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 29406. 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:
Social, economic and environmental benefits to the Moray region will be included as additional requirements of the framework via a Z-clause (Z1).
The individual Works Order value is assigned a minimum number of points, which must be utilised by the end of the Framework contract using the outcomes listed in the framework information document
(SC Ref:801269)
VI.4) Procedures for review
VI.4.1) Review body
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.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
11/06/2025