Section one: Contracting authority
one.1) Name and addresses
Dundee and Angus College
Kingsway Campus, Old Glamis Road
Dundee
DD3 8LE
Contact
Amanda Walsh
Telephone
+44 1382834834
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=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
(SC Ref:695943)
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court
6 West Bell Street
Dundee
DD1 9AD
Telephone
+44 1382229961
Country
United Kingdom