Section one: Contracting authority
one.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
kathryn.murphy@scotland-excel.org.uk
Telephone
+44 1416184320
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.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.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Road Construction
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DGRI New Road Development
Reference number
DGT/TC/801/17
two.1.2) Main CPV code
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.1.3) Type of contract
Works
two.1.4) Short description
Upgrade the Pleasance Avenue, New Abbey Road, Rotchell Road, Park Road, Hermitage Drive and Priestlands Drive Junctions. A segregated cycleway along with shared spaces and footways are to be provided on the west side of the New Abbey Road carriageway with controlled and uncontrolled crossings that link the east side of the carriageway with shared spaces that link existing cycle and pedestrian routes.
two.1.5) Estimated total value
Value excluding VAT: £1,339,384.93
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45233121 - Main road construction works
- 45233129 - Crossroad construction work
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
Main site or place of performance
Pleasance Avenue, New Abbey Road, Rotchell Road, Park
Road, Hermitage Drive and Priestlands Drive Junctions located in Dumfries & Galloway
two.2.4) Description of the procurement
Upgrade the Pleasance Avenue, New Abbey Road, Rotchell Road, Park Road, Hermitage Drive and Priestlands Drive Junctions. A segregated cycleway along with shared spaces and footways are to be provided on the west side of the New Abbey Road carriageway with controlled and uncontrolled crossings that link the east side of the carriageway with shared spaces that link existing cycle and pedestrian routes.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
This contract is subject to renewal
No
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
Tenderer must be part of the Highway Authorities Product Approval Scheme (HAPAS)
Tenderer is required to be a registered Carrier of Controlled Waste.
- All plant, vehicles and associated equipment shall meet all relevant UK regulations and EU Directives related to manufacture and supply of work equipment;
- All road going plant and vehicles shall be fitted with safety beacons and all appropriate markings in accordance with Chapter 8 of the Traffic Signs Manual.
Tenderers will be required to provide the following at commencement:
Operator Compliance Risk Score (for fleet operators)
- MOT Pass Rate
- 6 months of Inspection Sheets to include a copy of current MOT cert and any LOLER certs for additional lifting/plant equipment
-Calibration certificates as per BS EN 12272-1 for emulsion sprayers
- In date maintenance agreement
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
- SPD (Scotland) Question 4B.1.1 Tenderer must provide 2 years of turnover with a minimum value of 2.6 million annually
- SPD (Scotland) Question 4B.5.1 Insurance Requirements are as set out below and detailed in the procurement documents. Tenderer must hold, prior to the start date of the project, the types and levels of insurance indicated below:
- Employers Liability – in accord with Regulation 5 of the Employers' Liability (Compulsory Insurance) Regulations 1998 (as amended) to a minimum indemnity limit of 5 million GBP for each and every claim
- Professional Risk Indemnity Insurance– to a minimum indemnity limit of 5 million GBP for each and every claim
All other Insurances:
- Public Liability Insurance – to a minimum indemnity limit of 5 million GBP for each and every claim
- Contractors All Risks Cover – to a minimum indemnity limit of 1 million GBP for each and every claim
- Motor Vehicle Insurance – in accord with the provisions of the current Road Traffic Act 1988 (as amended) to a minimum indemnity level of 5 million GBP for each and every claim in respect of Property Damage and unlimited in respect of personal injury.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
-SPD (Scotland) Part 4C: Technical Questionnaire
-SPD (Scotland) 4C.1: Tenderer must provide three examples of previous work over the last five years (Where the Tenderer is a newer or start up company, please see ESPD section 1.75.1, (Bidder Guidance)
-SPD (Scotland) 4C.2.1: As a public works contract the Tenderer must be able to call on the Highway Authorities Product Approval Scheme (HAPAS) to carry out the work.
-SPD (Scotland) 4C.7: Tenderer is required to be registered Carrier of Controlled Waste. The bidder should provide evidence of this.
-SPD (Scotland) 4C.9: Must provide details in relation to this procurement exercise:
- All plant, vehicles and associated equipment shall meet all relevant UK regulations and EU Directives related to manufacture and supply of work equipment;
- All road going plant and vehicles shall be fitted with safety beacons and all appropriate markings in accordance with Chapter 8 of the Traffic Signs Manual.
Bidders should provide the following at commencement:
Operator Compliance Risk Score (for fleet operators)
- MOT Pass Rate
- 6 months of Inspection Sheets to include a copy of current MOT cert and any LOLER certs for additional lifting/plant equipment
-Calibration certificates as per BS EN 12272-1 for emulsion sprayers
- In date maintenance agreement
-SPD (Scotland) 4C.10 Subcontracting: Tenderers must confirm if they intend to subcontract if so for what proportion of the contract.
-SPD (Scotland) Questions 4D.1; 4D 1.1 and 4D 1.2 Quality Management Procedures, Health and Safety Procedures and Health and
Safety Breach
-SPD (Scotland) Questions 4D.2; 4D 2.1 and 4D 2.2 Environmental Management Standards
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For details of the conditions relevant to the proposed project, please see the DGRI New Road Invitation to Tender document in the Buyer Attachments area of ITT 40638. The full scope and detailed conditions of contract will be
provided to Tenderers selected to progress to the award stage of the procurement process.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
11 October 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 October 2021
Local time
12:00pm
Place
Dumfries and Galloway Council, Carruthers House, Dumfries
Information about authorised persons and opening procedure
All tenders will be opened in a secure location and witnessed by members of the corporate procurement team
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 40638. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
Community benefits are included in this requirement, a menu of benefits sought is included within the ITT and forms part of the tender evaluation criteria.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 40638 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Community benefits are included in this requirement, a menu of benefits sought is included within the ITT and forms part of the tender evaluation criteria.
(SC Ref:666505)
six.4) Procedures for review
six.4.1) Review body
Dumfries Sheriff Court
Buccleuch Street
Dumfries
DG1 2AN
Country
United Kingdom