Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Highland Council
Glenurquhart Road
Inverness
IV3 5NX
UK
Contact person: Special Projects Category Management Team
Telephone: +44 1463702386
E-mail: CPSSprocurement@aberdeencity.gov.uk
NUTS: UKM6
Internet address(es)
Main address: http://www.highland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
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/esop/pts-host/public/pts/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/esop/pts-host/public/pts/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/esop/pts-host/public/pts/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
Supply & Delivery of Power Tools & Associated Items and Specified Services – 2025 - HC
Reference number: HC/Pl-H&C/PTs/2025
II.1.2) Main CPV code
42600000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Council wishes to appoint 1 suitably qualified, experienced and competent Supplier submitting the Most Economically Advantageous Tender (MEAT), to provide Goods and Services, for the Supply & Delivery of Power Tools & Associated Items and Specified Services (Including Services - HAVS & Noise Testing, PAT and Servicing & Training of Power Tools & Associated Items), for Highland Council Area.
II.1.5) Estimated total value
Value excluding VAT:
291 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
42600000
II.2.3) Place of performance
NUTS code:
UKM6
Main site or place of performance:
The Highland Council Area
II.2.4) Description of the procurement
The Council wishes to appoint 1 suitably qualified, experienced and competent Supplier submitting the Most Economically Advantageous Tender (MEAT), to provide Goods and Services, for the Supply & Delivery of Power Tools & Associated Items and Specified Services (Including Services - HAVS & Noise Testing, PAT and Servicing & Training of Power Tools & Associated Items), for Highland Council Area.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
291 000.00
GBP
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:
The Contract shall be for a 36 month period, with the option of multiple extensions to be extended by up to 12 months, subject to mutual agreement.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
Please see SPD Instruction document and Initial Invitation to Tender (IITT).
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:
The Bidder must provide a current copy of Goods Vehicle Operator (GVO) Licence.
Minimum Educational and Professional Qualifications:
Held by the Supplier/Sub-Contractor:
- Evidence of quality assurance systems, such as ISO 9001 certification or equivalent.
- Relevant vocational qualifications in logistics, procurement, or engineering (e.g., NVQ Level 3+ or equivalent).
- Health & Safety certifications (IOSH Managing Safely or NEBOSH General Certificate)
- At least 3–5 years of experience in the supply of power tools or industrial equipment.
- Ability to provide technical support, warranty management, and product compliance (e.g., CE/UKCA marking).
- PAT (portable appliance testing), City & Guilds 2377 qualification.
Held by Supplier/Sub-Contractor managerial staff:
- Level 4–6 qualification in procurement, business, logistics, or supply chain management.
- IOSH Managing Safely or NEBOSH General Certificate
- Minimum 3–5 years in contract or supply management, preferably in tools, equipment, or construction-related sectors.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Minimum level(s) of standards required.
Minimum level(s) of standards required:
Provide the organisations audited accounts covering the last financial 3 years and include the audited accounts for the years that have been audited to date in the business area covered by the Contact;
The Council will use an independent credit scoring organisation, Creditsafe, to check the financial status of the winning bidder(s). To minimise risk of failure, the desired risk score should not be below Moderate Risk as a minimum. The Council shall take a view on the risk to the Council should the winning bidder(s) credit rating fall below this and may involve further detailed financial checking/assessment.
Where it is considered that the additional supporting information does not provide satisfaction that the risk is mitigated, the bidder(s) shall be disqualified.
The winning tenderer and its sub-contractor(s) to provide a current copy and have as a minimum,
- 5,000,000 GBP Employers Liability Insurance (where applicable) for each and every claim;
- 5,000,000 GBP Public Liability Insurance for each and every claim;
- 5,000,000 GBP Products Liability Insurance for each and every claim.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As per Minimum level(s) of standards required.
Minimum level(s) of standards required:
Bidders must have relevant experience to deliver the Goods and Services as described and must provide the following:
Provide details of how Quality Assurance is managed within the organisation and a copy of the organisations current Quality Assurance Scheme or Quality Management Policy;
Provide details of how Health & Safety (H&S) is managed within the organisation and a copy of the organisations current H&S Assurance Scheme or H&S Policy (or Statement for organisations with fewer than 5 employees);
Provide 2 copies of current risk assessments specifically relating to similar activities currently undertaken (or Statement for organisations with fewer than 5 employees);
Provide 2 copies of current examples of training record specifically relating to similar activities currently undertaken;
Provide 2 relevant examples of supplies and services carried out in the past 3 years;
Provide a statement of the relevant supply chain management and/or tracking systems used for the requirement;
Provide details of the technicians or technical bodies who they can call upon, especially those responsible for quality control for the requirement;
Provide quality control institute certificates (or from agencies of recognised competence) confirming that products meet the technical specifications or standards;
Provide details of business continuity and contingency proposals for the requirement;
Provide details of provisional exit plan for the requirement;
Confirm if Sub-Contracting, list the sub-contractors they propose to use and state which part/s of the Contract the sub-contractor(s) shall deliver and approximate value (if any);
Confirm "Non-Disclosure” items relating to FOI(S)A obligations (if any).
IN ADDITION, BIDDERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO THIS TENDER, WHICH BIDDERS SHALL COMPLY WITH.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Bidders are directed to the Tender Documents which they must comply with.
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
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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 000-760811
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/10/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
10/11/2025
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:
22/05/2026
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The Contract shall be for a 36 month period, with the option of multiple extensions to be extended by up to 12 months, subject to mutual agreement.
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29171.
For more information see: https://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
For more information see the SPD-Instructions document and IITT document and for further information on using PCS-Tender, please contact the PCS-Tender Team pcs-tender@gov.scot
Tenderers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Note this is a Competitive Procedure with Negotiation (CPwN)] with 2 stages:
1. Qualification - SPD - following the assessment of the submitted SPDs and associated documents, shortlisted suppliers who have met the selection criteria, shall be invited to submit an initial tender. Please read the SPD Instruction Document and note Submission of responses by Bidders to the SPD at 12:00hrs on 10/10/25.
2. Tenders (Initial Invitation to Tender (IITT))-please read the IITT Instruction Document and note Submission of responses by Bidders (those invited) to the IITT at 12:00hrs on 08/12/25.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29171. 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:
Itemised at Appendix 2.2 Community Benefits Information Requirements
(SC Ref:797913)
VI.4) Procedures for review
VI.4.1) Review body
Inverness Sheriff Court and Justice of the Peace Court
The Inverness Justice Centre, Longman Road
Inverness
IV1 1AH
UK
Telephone: +44 1463230782
E-mail: inverness@scotcourts.gov.uk
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/inverness-sheriff-court-and-justice-of-the-peace-court
VI.5) Date of dispatch of this notice
02/09/2025