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.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
Country
United Kingdom