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

Levelling Up Funding LUF Civil Engineering and Construction Framework 2025

  • First published: 17 June 2025
  • Last modified: 17 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-0546e1
Published by:
Moray Council
Authority ID:
AA20981
Publication date:
17 June 2025
Deadline date:
15 July 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45111250 Ground investigation work Demolition, site preparation and clearance work
45111240 Ground-drainage work Demolition, site preparation and clearance work
45100000 Site preparation work Construction work
45211360 Urban development construction work Construction work for multi-dwelling buildings and individual houses
45200000 Works for complete or part construction and civil engineering work Construction work

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:
procurement@moray.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.