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

Supply, Installation, Relocation and Servicing of External Metal Ramps

  • First published: 03 September 2025
  • Last modified: 03 September 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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-05928a
Published by:
Fife Council
Authority ID:
AA20583
Publication date:
03 September 2025
Deadline date:
02 October 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Fife Council requires to appoint a Contractor capable of meeting the needs of the Council in relation to the installation, relocation and

servicing of external ramps.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Fife Council

Fife House, North Street

Glenrothes

KY7 5LT

UK

Telephone: +44 3451550000

E-mail: yahia.reggab@fie.gov.uk

NUTS: UKM72

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

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/


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

Supply, Installation, Relocation and Servicing of External Metal Ramps

Reference number: CW0276

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Fife Council requires to appoint a Contractor capable of meeting the needs of the Council in relation to the installation, relocation and

servicing of external ramps.

II.1.5) Estimated total value

Value excluding VAT: 2 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45223110

45421160

45000000

II.2.3) Place of performance

NUTS code:

UKM72


Main site or place of performance:

Fife

II.2.4) Description of the procurement

Fife Council requires to appoint a Contractor capable of meeting the needs of the Council in relation to the

installation, relocation and servicing of external ramps.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 2 800 000.00  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:

Optional 12 months extension

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: Yes

Description of options:

Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.

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.1.2) Economic and financial standing

Minimum level(s) of standards required:

Minimum level(s) of standards required:

4B.4 - The Current Ratio will be applied - Current Assets will be divided by Current Liabilities. Tenderers are to provide their current assets and Current liabilities in relation to their published accounts for the last two years.

4B.4 - Tenderers are expected to achieve a ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why, and the Council may undertake additional financial checks using a tool such as Creditsafe and a qualitative judgement shall be made as to the financial capacity of the Tenderer.

4B.5.1 & 2

Employer’s (Compulsory) Liability Insurance = 10 million GBP

Public Liability (including Product liability) = 5 million GBP

Professional Negligence = 1 million GBP

The Contractor will be required to have the specified sum of Professional Negligence insurance in place for a period of up to two years after the end of the Framework period (including any extension(s)).

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

4C1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the service as described in part II.2.4 of the FTS Contract Notice. Examples should be from the last 3 years, and experience may date back more than 3 years.

4C.6.1 Bidders must comply with the current editions or guidelines of the following:

Health & Safety at Work etc Act 1974

Environmental Protection Act 1990

Management of Health and Safety Regulations 2003

Provision and Use of Work Equipment Regulations 1998 (PUWER)

Manual Handling Operations Regulations (as amended)

Workplace Health, Safety and Welfare Regulations 1992

Personal Protective Equipment Regulations 2002

Asbestos awareness certification

Appropriate SEPA Waste carrier licence or details of third party's Waste carrier licence.

4C7 Environment Management

4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

4C.11 Bidders must confirm that they will provide descriptions and photographs of the products to be supplied.

4C.12 Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the relevant British standards. If this cannot be provided, bidders will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation).

4D.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).

4D.2 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.

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 a single operator.

Justification for any framework agreement duration exceeding 4 years: No

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: 02/10/2025

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 02/10/2025

Local time: 12:00

Place:

Fife

Information about authorised persons and opening procedure:

Yahia Reggab

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

July 2029

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.

SPD 2D.1.1 Bidders to provide list of proposed subcontractors

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27385. For more information see:

http://www.publiccontractsscotland.gov.uk

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:

Tenderers shall provide a Community Benefits delivery plan/ methodology as part of their tender submission, fully describing how they would intend to deliver these benefits.

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.

Fife Council is committed to ensuring delivery of high-quality services and to achieving best value through the contract by:

· securing continuous improvement in the performance and delivery of its function;

· maintaining an appropriate balance between quality and whole life cost; and

· actively contributing to sustainable development.

It is expected that the contractor will take a positive approach to Fair Work practices.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27385. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

See the tender documents

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30024. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

See the tender documents

(SC Ref:808489)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court

Courthouse, Whytescauseway

Kirkcaldy

KY1 1XQ

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts

(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of

Session

VI.5) Date of dispatch of this notice

02/09/2025

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45223110 Installation of metal structures Structures construction work
45421160 Ironmongery work Joinery work
50000000 Repair and maintenance services Other Services

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:
yahia.reggab@fie.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.