Section one: Contracting authority
one.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1QE
Contact
Donna Johnston
donna.johnston@dundeecity.gov.uk
Telephone
+44 1382432288
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=AA00220
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/Default.aspx
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/Default.aspx
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publiccontractsscotland.gov.uk/Default.aspx
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
Replacement of Under Bridge Inspection Gantries, Tay Road Bridge, Dundee
Reference number
DCC/CD/281/23
two.1.2) Main CPV code
- 45220000 - Engineering works and construction works
two.1.3) Type of contract
Works
two.1.4) Short description
Design and construction of mobile access under bridge inspection gantries
This Tender is being undertaken by Dundee City Council on behalf of Tay Road Bridge Joint Board
two.1.5) Estimated total value
Value excluding VAT: £3,800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45220000 - Engineering works and construction works
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee City Council Area
two.2.4) Description of the procurement
Provide under deck, bearing, box girder and pier access for maintenance and statutory inspections of Tay Road Bridge, Dundee
two.2.5) Award criteria
Quality criterion - Name: Project Delivery / Contract Information / Weighting: 5
Quality criterion - Name: Design Construction Requirements / Weighting: 8
Quality criterion - Name: Understanding of the Project / Weighting: 5
Quality criterion - Name: Supply Chain Arrangements / Weighting: 5
Quality criterion - Name: SME Participation Specifically for this Project / Weighting: 4
Quality criterion - Name: Management of Proposed Sub Consultant(s)/Sub contractor(s) / Weighting: 3
Quality criterion - Name: CDM / Weighting: 8
Quality criterion - Name: Key Opportunities for the Project / Weighting: 3
Quality criterion - Name: Management of Risk in the Project / Weighting: 2
Quality criterion - Name: Design Stage Programme / Weighting: 7
Quality criterion - Name: Build Stage Programme / Weighting: 7
Quality criterion - Name: Methodology / Weighting: 5
Quality criterion - Name: Design Responsability / Weighting: 5
Quality criterion - Name: Design Sequence, Approach and Methodolgy for this Project / Weighting: 5
Quality criterion - Name: Construction Quality / Weighting: 5
Quality criterion - Name: Handover and Commissioning / Weighting: 5
Quality criterion - Name: Proposed Project Team for this Project / Weighting: 5
Quality criterion - Name: Opportunities for Innovation / Weighting: 3
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Delivery of Community Benefits through the Contract / Weighting: 5
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £3,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
possible 6 month extension
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
two.2.14) Additional information
Additional Quality Criteria:
These are pass/fail Questions
Environmental Wellbeing (Climate Change Duties)
Fair Tax Declaration
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
Tenderers must satisfy themselves, prior to submission of their Tender, that the following certificates are available as appropriate in relation to the work, goods and materials offered:-
certificates of conformity with quality management schemes;
certificates of conformity with product certification schemes (where the product is not marked);
Statutory type approval certificates;
Departmental type approval certificates
Departmental registration certificates
Manufacturers’ and Suppliers’ test certificates.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability.
It is recommended that Tenderers review their own Score check score in advance of submitting a Tender Submission. Where the Tenderer does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability.
Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide their audited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size.
As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tender response set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence:
A business plan for a minimum 3-year trading period setting out projected annual average turnover;
audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, and
letter of support for the bidder’s bank setting out the level of financial support available to the business from the bank and for how long that is available.
A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and what information, such as a business plan for the period 01/04/2024 – 31/03/2027 was considered by the bank in deciding to make that support available. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all Questionnaire responses so the provision of as much information as possible is encouraged.
All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seek additional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference.
Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents Parent Company Guarantee.
Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Score check score of 35 or above.
Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35 or above The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.
Minimum level(s) of standards possibly required
The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice.
The minimum limit of indemnity for insurance in respect of loss of or damage to property (except the works, Plant and Materials and Equipment) and liability for bodily injury or to death of a person (not an employee of the Contractor) caused by activity in connection with this contract for any one event is:
Minimum 10,000,000 GBP in respect of each and every claim without limit to the number of claims
The amount of the minimum limit of indemnity for insurance in respect of death of or bodily injury to employees of the Contractor arising out of and in the course of their employment in connection with this contract for any one event is:
Minimum 10,000,000 GBP in respect of each and every claim without limit to the number of claims
The minimum limit of indemnity for insurance in respect of The Consultant’s failure to use the skill and care normally used by professionals providing services similar to the services.
Minimum 2,000,000 GBP in respect of each and every claim with an aggregate limit of 5,000,000 GBP (to be maintained for the duration of the service and for 12 years from Completion)
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to SPD Module contained within this notice
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See SPD Module embedded within this contract notice
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
Originally published as:
Date
23 October 2024
Local time
12:00pm
Changed to:
Date
6 November 2024
Local time
12:00pm
See the change notice.
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: 6 December 2024
four.2.7) Conditions for opening of tenders
Date
23 October 2024
Local time
12:00pm
Place
Electronic Postbox
Information about authorised persons and opening procedure
Category Officer
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
Economic Operators may be excluded from the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015
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=775142.
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.
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:
The tenderer shall set out proposed supplier development, employment skills activity, community and awareness raising activity that will maximise economic and social benefits from this commission
(SC Ref:775142)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=775142
six.4) Procedures for review
six.4.1) Review body
Dundee Sherriff Court and Justice of the Peace Court
Sherriff Court House, 6 West Bell Street
Dundee
DD1 9AD
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Scottish Courts House
Saughton House, Broomhouse
Edinburgh
EH11 3XD
Country
United Kingdom