Tender

DGRI New Road Development

  • Dumfries and Galloway Council

F02: Contract notice

Notice identifier: 2021/S 000-022244

Procurement identifier (OCID): ocds-h6vhtk-02de53

Published 8 September 2021, 11:45am



Section one: Contracting authority

one.1) Name and addresses

Dumfries and Galloway Council

Procurement Team, Carruthers House

Dumfries

DG1 2HP

Email

kathryn.murphy@scotland-excel.org.uk

Telephone

+44 1416184320

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

http://www.dumgal.gov.uk

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