Contract

Provision of Roof Replacement Works Gardyne Road Campus PE Block and Gymnasium

  • Dundee and Angus College

F03: Contract award notice

Notice identifier: 2022/S 000-015592

Procurement identifier (OCID): ocds-h6vhtk-03214d

Published 7 June 2022, 10:36am



Section one: Contracting authority

one.1) Name and addresses

Dundee and Angus College

Kingsway Campus, Old Glamis Road

Dundee

DD3 8LE

Contact

Amanda Walsh

Email

a.walsh@dundeeandangus.ac.uk

Telephone

+44 1382834834

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

www.dundeeandangus.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00221

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Roof Replacement Works Gardyne Road Campus PE Block and Gymnasium

Reference number

2022/DAC/EST-ITT1

two.1.2) Main CPV code

  • 45261420 - Waterproofing work

two.1.3) Type of contract

Works

two.1.4) Short description

The appointed supplier will be required to replace the existing mineral felt roof to be overlaid with new iko mach 2 mineral capping sheet or equal, and approved, including existing gutters and parapets.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £52,633.88 / Highest offer: £61,845.94 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 45261420 - Waterproofing work

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Gardyne Campus

Gardyne Road,

Dundee

DD5 1NY

two.2.4) Description of the procurement

The appointed supplier will be required to replace the existing mineral felt roof to be overlaid with new iko mach 2 mineral capping sheet or equal, and approved, including existing gutters and parapets.

Tenderers will be selected on the basis of the Qualification Envelope responses and any supplementary information obtained as to its eligibility to tender:

-Information concerning the tenderer

-Information about the tenderer

-Information about representatives of the tenderer

-Information about the reliance on the capacities of the other entities

-Information concerning subcontractors on whose capacity the tenderer utilise

-Exclusion Grounds

Tenderers (Economic Operators) may be excluded from this competition if they are in any of the situations referred within Part 3, Sections A, B, C and D of the Qualification Envelope. In accordance with Regulation 58 of the Public Contracts (Scotland) regulations 2015 and Regulation 8, 9 and 10 of the Procurement (Scotland) Regulations 2016.

-Selection Criteria

The Tenderer will be assessed on the responses within Part 4, Section A, B, C and D of the Qualification Envelope and any supplementary information obtained on whether it has met the satisfactory minimum standards of: (the following selection criteria will be assessed on a pass or fail basis)

-Financial Status

It is a requirement of this contract to provide details of your yearly turnover for the last three financial years – 2020/21, 2019/20 and 2018/19 The annual turnover must not be lower than 50% of the overall contract value.

-Insurance

It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

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

-Public Liability Insurance = 5 million GBP

-Technical or Professional Ability

Tenderer are to provide three relevant examples of services carried out during the last 3 years. The information you provide should cover the

following areas -

- a description of the goods works or services delivered

- contract value & dates.

- previous or current customer details

Note: The SPD states five years, however, please note only three years are required to be demonstrated.

Tenderers are required to demonstrate that they have they have appropriate human resources available to deliver the requirements of the contract - A minimum of four roofing operatives are required to deliver this contract.

Tenderers will be required to confirm their average annual manpower for the last three years.

Tenderers will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements of this contract - As a flat roof, edge protection will be required throughout the duration of the contract with scaffolding or a suitable substitute for access to the roof.

4C.10 Sub Contacting

Tenderers are required to provide details of the proportion (i.e percentage) of contract that is intended for subcontracts.

4D.2

-Environmental Management Systems or Standard

Tenderers 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.

-Health and Safety Procedures

Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent)

two.2.5) Award criteria

Quality criterion - Name: Technical Requirements / Weighting: 57%

Quality criterion - Name: General Requirements / Weighting: 14%

Quality criterion - Name: Contract Administration / Weighting: 29%

Price - Weighting: 65%

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 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-006835


Section five. Award of contract

Contract No

2022/DAC/EST-ITT1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 May 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 3

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Raynor Roofing Limited

Craigmill House, Bridgefoot,

DUNDEE

DD3 0PH

Telephone

+44 1382818921

Fax

+44 1382832043

Country

United Kingdom

NUTS code
  • UKM71 - Angus and Dundee City
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £50,000

Total value of the contract/lot: £52,633.88


Section six. Complementary information

six.3) Additional information

The officer responsible for the administration of this Contract for the College is Billy Grace, Head of Estates:

Billy Grace

Head of Estate

Dundee and Angus College

Kingsway Campus,

Old Glamis Road,

Dundee, DD3 8LE

01382 834861

w.grace@dundeeandangus.ac.uk

(SC Ref:695943)

six.4) Procedures for review

six.4.1) Review body

Dundee Sheriff Court

6 West Bell Street

Dundee

DD1 9AD

Email

dundee@scotcourts.gov.uk

Telephone

+44 1382229961

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/