Contract

Replacement of Under Bridge Inspection Gantries, Tay Road Bridge, Dundee

  • Dundee City Council

F03: Contract award notice

Notice identifier: 2024/S 000-039206

Procurement identifier (OCID): ocds-h6vhtk-049312

Published 5 December 2024, 11:20am



Section one: Contracting authority

one.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1QE

Contact

Donna Johnston

Email

donna.johnston@dundeecity.gov.uk

Telephone

+44 1382432288

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

www.dundeecity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220

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.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £5,140,170.75

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.2.11) 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 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: 2024/S 000-026874


Section five. Award of contract

Contract No

DCC/TRB/197/24

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 December 2024

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 0

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

five.2.3) Name and address of the contractor

Spencer

One Humber Quays, Wellington Street West

Hull

HU1 2BN

Telephone

+44 1482766340

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £3,800,000

Total value of the contract/lot: £5,140,170.75

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 30 %

Short description of the part of the contract to be subcontracted

EC&I & Hydraulic Design


Section six. Complementary information

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

(SC Ref:785045)

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

Email

enquiries@scotcourts.gov.uk

Country

United Kingdom