Tender

TENDER FOR HEADSTONE SAFETY STABILISATION

  • Dundee City Council

F02: Contract notice

Notice identifier: 2026/S 000-002755

Procurement identifier (OCID): ocds-h6vhtk-0604de

Published 13 January 2026, 3:19pm



Section one: Contracting authority

one.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1QE

Contact

Wendy Hall

Email

wendy.hall@dundeecity.gov.uk

Telephone

+44 1382433401

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

www.dundeecity.gov.uk

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