色猫直播

色猫直播 Tenders

28 April 2025

Related Information

色猫直播 Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 31st Mar 2025

Tender Details
Referenceocds-h6vhtk-04face
Common Procurement VocabularyStructural engineering consultancy services
Procurement MethodOpen procedure
Value£750,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 31st Mar 2025

Tender Details
Referenceocds-h6vhtk-04face
Common Procurement VocabularyStructural engineering consultancy services
Procurement MethodOpen procedure
Value£750,000

Section I: Contracting authority

I.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Contact

Iain Webster

Email

iwebster [at] pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

Buyer's address

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

PKC12299 - B8019/01 Garry Viaduct, Bearing Replacement & Parapet Upgrade Consultancy Services

Reference number

PKC12299

II.1.2) Main CPV code

  • 71312000 - Structural engineering consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

Perth & Kinross Council is seeking to appoint suitably qualified and experienced consultant to undertake the necessary inspections, assessments, design & site supervision etc. to undertake critical repairs, facilitate the replacement of the bearings and upgrade the parapet in line with current standards.

II.1.5) Estimated total value

Value excluding VAT: 拢750,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71312000 - Structural engineering consultancy services
  • 71311000 - Civil engineering consultancy services
  • 45221121 - Road viaduct construction work
  • 45221120 - Viaduct construction work
  • 44212120 - Structures of bridges

II.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling

II.2.4) Description of the procurement

Perth & Kinross Council is seeking to appoint suitably qualified and experienced consultant to undertake the necessary inspections, assessments, design & site supervision etc. to undertake critical repairs, facilitate the replacement of the bearings and upgrade the parapet in line with current standards.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: 拢750,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Possible extension period of up to 24 months

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.1.2) Economic and financial standing

List and brief description of selection criteria

4B1.1 Bidders will be required to state the general turnover for each of the past three years.

4B.4 Bidders will be required to state the values for the following for the last two financial years:

1. Current Ratio (Current Assets divided by Current Liabilities)

2. Net Assets (Net Worth) (value per the Balance Sheet)

4B.5.1a The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract Professional Indemnity Insurance.

4B.5.1b The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract Employer鈥檚 Liability Insurance.

4B.5.2 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract Public Liability Insurance.

Minimum level(s) of standards possibly required

4B1.1 This shall not be less than GBP 1million

4B.4 The acceptable range is:

1. Current Ratio: it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities for both 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.

2. Net Assets (Net Worth): it is expected that the Net Worth will be positive, i.e. a Net Assets position for both years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

4B.5.1a Professional Indemnity Insurance: the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.

4B.5.1b Employer鈥檚 Liability Insurance: the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.

4B.5.2 Public Liability Insurance: the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.

III.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1 Suppliers will be required to provide six examples of how they have delivered a similar service within the last five years

4C.6 Bidders will be required to confirm that they have the following relevant educational and professional qualifications.

4C.6.1 Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications.

4C.10 Bidders will be required to confirm whether they intend to subcontract.

4D Quality Assurance Schemes and Environmental Standards

Minimum level(s) of standards possibly required

4C.1 Examples given as follows:

2 examples should be projects involving Principal Inspections or Inspections for Assessment.

2 examples should be projects the design of bearing replacement on multi-span bridges.

2 examples should be projects involving the on-site supervision and / or monitoring of construction works on bridges

4C.6 Individual responsible for managing the Services from a technical perspective will be reviewed for the following issues:

Qualifications relevant to the Services: CEng MICE, CEng MIStructE or equivalent

4C.6.1 Individual responsible for managing the Services from a contractual, resourcing and financial perspective will be reviewed for the following issues: Qualifications relevant to the Services: CEng MICE, CEng MIStructE or equivalent.

4C.10 Bidders will be required to confirm whether they intend to subcontract.

Quality Assurance Schemes

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),

OR

2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in the Evaluation Guidance document .

HEALTH AND SAFETY PROCEDURES

1. The bidder 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,

2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in the Evaluation Guidance document.

Environmental Management Systems or Standards

1 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,

OR

2. The bidder must be able to provide documented evidence of their Environmental Management Standards as detailed in the Evaluation Guidance document.

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.1.8) Information about the 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

12 May 2025

Local time

12:00pm

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

English

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

12 May 2025

Local time

12:00pm


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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 58692. For more information see:

A sub-contract clause has been included in this contract. For more information see:

Community benefits are included in this requirement. For more information see:

A summary of the expected community benefits has been provided as follows:

Community benefits are included in this requirement, more information on community benefits can be found in the instructions for tenderers document.

(SC Ref:794735)

VI.4) Procedures for review

VI.4.1) Review body

Perth Sheriff Court

County Building, Tay Street

Perth

PH2 8NL

Country

United Kingdom