Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 30th May 2025
Reference | ocds-h6vhtk-050c44 |
Common Procurement Vocabulary | Construction work for multi-dwelling buildings and individual houses |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 30th May 2025
Reference | ocds-h6vhtk-050c44 |
Common Procurement Vocabulary | Construction work for multi-dwelling buildings and individual houses |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
procurement [at] moray.gov.uk
Telephone
+44 1343563137
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
Buyer's address
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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
Bilbohall Housing Phase 1
Reference number
18/1182
II.1.2) Main CPV code
- 45211000 - Construction work for multi-dwelling buildings and individual houses
II.1.3) Type of contract
Works
II.1.4) Short description
Moray Council are looking for a contractor to build 28 units and shared infrastructure in the Bilbohall area of Elgin.
These 28 units form the first phase of delivery of the Bilbohall Masterplan available at , and have been granted planning permission under planning reference 24/00705/APP available at .
A Section 42 application has been submitted which seeks to amend the phasing of the masterplan area, and simplify and/or purify as many suspensive planning conditions as possible available at
The units have been designed to RIBA Stage 4. Building Warrant and Road Construction Consent proposals have been prepared.
The tender documents will include a NBS. There will be contractor designed elements. Opportunities for cost savings will be considered.
The site has been affected by electricity supply constraints but these have been resolved through negotiation between Moray Council and SSEN.
Current future plans for Bilbohall are unclear, however there may be approx. 106 units total, to be built in phases.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211340 - Multi-dwelling buildings construction work
II.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
Elgin
II.2.4) Description of the procurement
This procurement will be for 28 units at Bilbohall. It is envisaged that the associated shared infrastructure will facilitate procurement of further phases.
II.2.5) Award criteria
Quality criterion - Name: Quality Weighting / Weighting: 20
Price - Weighting: 80
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 January 2026
End date
1 November 2027
This contract is subject to renewal
Yes
Description of renewals
Moray Council may decide to procure further phases of Bilbohall. The Public Contracts (Scotland) Regulations 2015, Regulation 33, section 8 may be considered.
II.2.10) Information about variants
Variants will be accepted: Yes
II.2.11) Information about options
Options: Yes
Description of options
Moray Council may decide to procure further phases of Bilbohall. The Public Contracts (Scotland) Regulations 2015, Regulation 33, section 8 may be considered.
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
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 accounts 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.
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 possibly required
Bidders will be required to have a minimum “general†yearly turnover of 20,000,000 GBP for the last 3 years
The bidder is required to provide a copy of the last 3 audited accounts as evidence of their compliance to meet their statutory obligations.
Employer's (Compulsory) Liability: 10 million GBP
Public Liability: 5 million GBP
Contractors All Risk: 10 million GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Minimum level(s) of standards possibly required
Minimum number of relevant examples: 3 examples
Requirement: Provide details of 3 examples of affordable housing and large scale infrastructure projects in Scotland, preferably in North East over the last five years.
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-018776
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
28 August 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
28 August 2025
Local time
12:00pm
Place
Elgin
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 29302. 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:
Bidders will be asked and scored on a community benefit question.
(SC Ref:799825)
VI.4) Procedures for review
VI.4.1) Review body
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
Country
United Kingdom