Section one: Contracting authority
one.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1QE
Contact
Wendy Hall
Telephone
+44 1382433401
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
TENDER FOR HEADSTONE SAFETY STABILISATION
Reference number
DCC/NS/26/25
two.1.2) Main CPV code
- 98371111 - Cemetery maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Repairs of Headstone Memorials within numerous cemeteries throughout the City of Dundee.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee City
two.2.4) Description of the procurement
Dundee City Council are seeking to appoint a suitably experienced Contractor to undertake Repairs of Headstone Memorials within numerous cemeteries throughout the City of Dundee, and the purpose of this Tender is to select a sole contractor for provision of these services.
two.2.5) Award criteria
Quality criterion - Name: Compliance with Specification of Requirements / Weighting: PASS/FAIL
Quality criterion - Name: Health and Safety / Weighting: PASS/FAIL
Quality criterion - Name: Risk Assessment and Method Statement / Weighting: PASS/FAIL
Quality criterion - Name: Environment / Weighting: PASS/FAIL
Quality criterion - Name: Quality Management / Weighting: 10%
Quality criterion - Name: Contract Resourcing / Weighting: 50%
Quality criterion - Name: Environmental / Weighting: 10%
Quality criterion - Name: Health and Safety Procedures / Weighting: 10%
Quality criterion - Name: Health and Safety – Training / Weighting: 10%
Quality criterion - Name: Waste Management / Weighting: 5%
Quality criterion - Name: Community Benefits / Weighting: 3%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £250,000
two.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
there are 2 1 year extension options totalling 2 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 standard of workmanship will be evidenced by qualifications obtained from an accreditation scheme operated by a recognised industry body, for example the “National Association of Memorial Masons” (NAMM) or The British Register of Accredited Memorial Masons (BRAMM) or equivalent.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Insurance Levels
Minimum level(s) of standards possibly required
Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim, and
Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 10,000,000 GBP in respect of each claim, and
Product Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 10,000,000 GBP in respect of each claim
three.1.3) Technical and professional ability
List and brief description of selection criteria
National Association of Memorial Masons (NAMM) or The British Register of Accredited Memorial Masons (BRAMM) or equivalent.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 February 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 15 June 2026
four.2.7) Conditions for opening of tenders
Date
13 February 2026
Local time
12:00pm
Place
Dundee City
Information about authorised persons and opening procedure
Procurement Category Officer
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: if extension options are used this will reoccur in 2031.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=820514.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers 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.
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:
2 benefits in the length of the contract
(SC Ref:820514)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=820514
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court & Justice of the Peace Court
Saughton House, Broomhouse Drive
Dundee
EH113XP
Telephone
+44 1382229961
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Scottish Courts Service
Saughton House, Broomhouse Drive
Edinburgh
EH113XP
Telephone
+44 1314443300
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Scottish Courts Service
Saughton House, Broomhouse Drive
Edinburgh
EH113XP
Telephone
+44 1314443300
Country
United Kingdom