Contract

A9 Dualling: Tay Crossing to Ballinluig

  • Transport Scotland

F03: Contract award notice

Notice identifier: 2025/S 000-049773

Procurement identifier (OCID): ocds-h6vhtk-0452a1 (view related notices)

Published 19 August 2025, 11:30am



Section one: Contracting authority

one.1) Name and addresses

Transport Scotland

5th Floor, 177 Bothwell Street

Glasgow

G1 2AD

Contact

Ruth Whillis

Email

pdc@transport.gov.scot

Telephone

+44 1412727100

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.transport.gov.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

A9 Dualling: Tay Crossing to Ballinluig

Reference number

TS/MP/WKS/2024/05

two.1.2) Main CPV code

  • 45233100 - Construction work for highways, roads

two.1.3) Type of contract

Works

two.1.4) Short description

The Scope involves the design, construction, completion and maintenance of the A9 Dualling: Tay Crossing to Ballinluig project. The project forms part of the overall A9 dualling programme, which aims to improve the operational performance of the A9, improve safety for motorised and non-motorised users, facilitate active travel within the corridor, and improve integration with public transport facilities.

The project will upgrade approximately 5 miles (8.2km) of existing single carriageway, commencing just north of the Jubilee Bridge over the river Tay and ending at the southern end of the existing dual carriageway south of Ballinluig Junction. This section of the A9 is located within close proximity to a number of designated environmental sites, including watercourses forming part of the River Tay special area of conservation which are crossed by the existing A9.

The project involves, but is not limited to:

- Widening of existing A9 single carriageway to Dual 2 lane All-purpose roads Sub-category c (D2APc) standard, in accordance with ‘CD 109 Highway Link Design’ within the UK Design Manual for Roads and Bridges

- Construction of seven left-in left-out junctions

- Construction of a roundabout

- Upgrade to side roads including resurfacing or realignment and other improvements

- Construction of access roads to rural properties

- Provision of one new overbridge structure (Guay South Overbridge) and one new underbridge structure (Kindallachan Underbridge).

- Replacement and/or upgrade to a number of existing structures including culverts and Sustainable Drainage Systems (SuDS) developed in consultation with Scottish Environment Protection Agency (SEPA).

- Provision of traffic management, earthworks, retaining walls, soil nailing, road restraint systems, accommodation works, service diversions, fencing, signage, landscaping and environmental mitigation.

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: £152,743,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45111000 - Demolition, site preparation and clearance work
  • 45221220 - Culverts
  • 45221111 - Road bridge construction work
  • 45233120 - Road construction works
  • 45233124 - Trunk road construction work
  • 45233125 - Road junction construction work
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233224 - Dual carriageway construction work
  • 45233226 - Access road construction work
  • 45233290 - Installation of road signs
  • 45262640 - Environmental improvement works
  • 45233222 - Paving and asphalting works
  • 45112000 - Excavating and earthmoving work
  • 45112730 - Landscaping work for roads and motorways
  • 45233128 - Roundabout construction work
  • 45233280 - Erection of road-barriers
  • 45246200 - Riverbank protection works
  • 45316210 - Installation of traffic monitoring equipment
  • 45454100 - Restoration work
  • 45316110 - Installation of road lighting equipment

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

A9 trunk road north of the Jubilee Bridge over the river Tay and the southern end of the existing dual carriageway south of Ballinluig Junction in central Scotland.

two.2.4) Description of the procurement

Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint a suitably experienced Contractor to design & build a new dual carriageway between north of the Jubilee Bridge over the river Tay and the southern end of the existing dual carriageway south of Ballinluig Junction.

The contract will include a 260 week period of maintenance after completion of the main works and a 260 week period of landscape establishment following completion of landscape planting. The Contractor will not be required to carry out cyclic maintenance, which shall be carried out by a third party appointed by the Scottish Ministers.

The Contractor will be procured through a Competitive Dialogue procedure, in accordance with the Public Contracts (Scotland) Regulations 2015. Transport Scotland will manage the proposed procurement process for the A9 Dualling Tay Crossing to Ballinluig Contract on behalf of the Scottish Ministers. In the event of a Contract award, the Contract will be entered into between the Scottish Ministers and the successful tenderer.

The procurement process leading to the award of the Contract will comprise the following:

1. Prequalification (SPD) (approx. 6 weeks)

2. Competitive Dialogue (approx. 33 weeks)

3. Tender (approx. 6 weeks)

4. Award

Detailed information regarding the award process and award criteria for the tender phase will be supplied to economic operators who are invited to participate in dialogue.

Transport Scotland shall notify Participants when the Competitive Dialogue phase has concluded and invite the Participants who have presented an acceptable solution to submit a final tender.

The form of contract is to be an NEC4 Engineering and Construction Contract (ECC) Option A: priced contract with activity schedule with amendments. Contract documentation will be provided at Invitation to Participate in Dialogue (ITPD) stage to shortlisted participants, however the DRAFT conditions of contract will be made available for all economic operators to review within the Information Pack. Refer to Section VI.3) for further information on how to access to the Information Pack.

Transport Scotland is providing a DRAFT of its conditions of contract to ensure prospective economic operators are informed as early as possible of the contract. The DRAFT conditions of contract are subject to change and no obligation, liability, duty of care or responsibility to any party is created by or shall arise out of this.

Selected Participants, following the Competitive Dialogue stage, shall be invited to submit a final tender on the same contract terms and conditions.

To be considered for the prequalification stage, economic operators are required to complete and submit a Single Procurement Document (SPD) in accordance with this Contract Notice and the Supplementary Information Document (SID) which can be accessed via the Additional Documents located within the Additional Notice Options, this can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).

Economic operators shall be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of the information they have provided within the SPD.

It is intended that the Contract will include the design and construction of the works which will last approximately 156 weeks, followed by a 260 week period of maintenance including defect correction and establishment of landscaping.

two.2.5) Award criteria

Quality criterion - Name: Criteria including approach to delivery & management, technical aspects, construction, commercial, risk and sustainability aspects of the project. Further detail will be issued to shortlisted bidders. / Weighting: 50

Cost criterion - Name: Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be issued to shortlisted bidders. / Weighting: 50

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

Economic operators who initially meet but then subsequently fails to meet the objective criteria, prior to contract award, shall be excluded. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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 000-016501


Section five. Award of contract

Contract No

TS/MP/WKS/2024/05

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 July 2025

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

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

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

Wills Bros Civil Engineering Ltd

Maxim 3, Parklands Avenue, Eurocentral

Motherwell

ML1 4WQ

Telephone

+44 1698479230

Fax

+44 1698479230

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £152,743,000


Section six. Complementary information

six.3) Additional information

(SC Ref:807213)

six.4) Procedures for review

six.4.1) Review body

Sheriff Clerk's Office

PO Box 23, 1 Carlton Place

Glasgow

Email

Glasgow@scotcourts.gov.uk

Country

United Kingdom