Notice Information
Notice Title
Replacement of Under Bridge Inspection Gantries, Tay Road Bridge, Dundee
Notice 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
Lot Information
Lot 1
Provide under deck, bearing, box girder and pier access for maintenance and statutory inspections of Tay Road Bridge, Dundee. Additional information: Additional Quality Criteria: These are pass/fail Questions Environmental Wellbeing (Climate Change Duties) Fair Tax Declaration
Renewal: possible 6 month extension
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-049312
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/039206-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45220000 - Engineering works and construction works
Notice Value(s)
- Tender Value
- £3,800,000 £1M-£10M
- Lots Value
- £3,800,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £5,140,170 £1M-£10M
Notice Dates
- Publication Date
- 5 Dec 20241 years ago
- Submission Deadline
- 23 Oct 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 4 Dec 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DUNDEE CITY COUNCIL
- Contact Name
- Donna Johnston
- Contact Email
- donna.johnston@dundeecity.gov.uk
- Contact Phone
- +44 1382432288
Buyer Location
- Locality
- DUNDEE
- Postcode
- DD1 1QE
- Post Town
- Dundee
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM03 Angus and Dundee City
- Delivery Location
- TLM71 Angus and Dundee City
-
- Local Authority
- Dundee City
- Electoral Ward
- Maryfield
- Westminster Constituency
- Dundee Central
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-049312-2024-12-05T11:20:43Z",
"date": "2024-12-05T11:20:43Z",
"ocid": "ocds-h6vhtk-049312",
"description": "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)",
"initiationType": "tender",
"tender": {
"id": "DCC/CD/281/23",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Replacement of Under Bridge Inspection Gantries, Tay Road Bridge, Dundee",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
"mainProcurementCategory": "works",
"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",
"value": {
"amount": 3800000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Provide under deck, bearing, box girder and pier access for maintenance and statutory inspections of Tay Road Bridge, Dundee. Additional information: Additional Quality Criteria: These are pass/fail Questions Environmental Wellbeing (Climate Change Duties) Fair Tax Declaration",
"awardCriteria": {
"criteria": [
{
"name": "Project Delivery / Contract Information",
"type": "quality",
"description": "5"
},
{
"name": "Design Construction Requirements",
"type": "quality",
"description": "8"
},
{
"name": "Understanding of the Project",
"type": "quality",
"description": "5"
},
{
"name": "Supply Chain Arrangements",
"type": "quality",
"description": "5"
},
{
"name": "SME Participation Specifically for this Project",
"type": "quality",
"description": "4"
},
{
"name": "Management of Proposed Sub Consultant(s)/Sub contractor(s)",
"type": "quality",
"description": "3"
},
{
"name": "CDM",
"type": "quality",
"description": "8"
},
{
"name": "Key Opportunities for the Project",
"type": "quality",
"description": "3"
},
{
"name": "Management of Risk in the Project",
"type": "quality",
"description": "2"
},
{
"name": "Design Stage Programme",
"type": "quality",
"description": "7"
},
{
"name": "Build Stage Programme",
"type": "quality",
"description": "7"
},
{
"name": "Methodology",
"type": "quality",
"description": "5"
},
{
"name": "Design Responsability",
"type": "quality",
"description": "5"
},
{
"name": "Design Sequence, Approach and Methodolgy for this Project",
"type": "quality",
"description": "5"
},
{
"name": "Construction Quality",
"type": "quality",
"description": "5"
},
{
"name": "Handover and Commissioning",
"type": "quality",
"description": "5"
},
{
"name": "Proposed Project Team for this Project",
"type": "quality",
"description": "5"
},
{
"name": "Opportunities for Innovation",
"type": "quality",
"description": "3"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"name": "Delivery of Community Benefits through the Contract",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 3800000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": true,
"renewal": {
"description": "possible 6 month extension"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
}
],
"deliveryAddresses": [
{
"region": "UKM71"
},
{
"region": "UKM71"
}
],
"deliveryLocation": {
"description": "Dundee City Council Area"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/Default.aspx",
"communication": {
"atypicalToolUrl": "https://www.publiccontractsscotland.gov.uk/Default.aspx"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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": "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)",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Please refer to SPD Module contained within this notice",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "See SPD Module embedded within this contract notice",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-10-23T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-12-06T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2024-10-23T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-10-23T12:00:00+01:00",
"address": {
"streetAddress": "Electronic Postbox"
},
"description": "Category Officer"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-10-23T12:00:00+01:00"
},
"newValue": {
"date": "2024-11-06T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2024-12-06"
},
"newValue": {
"date": "2025-02-05"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2024-10-23T12:00:00+01:00"
},
"newValue": {
"date": "2024-11-06T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "To allow bidders to give the supply chain sufficient time to price the products"
}
]
},
"parties": [
{
"id": "GB-FTS-122330",
"name": "Dundee City Council",
"identifier": {
"legalName": "Dundee City Council"
},
"address": {
"streetAddress": "Dundee House, 50 North Lindsay Street",
"locality": "Dundee",
"region": "UKM71",
"postalCode": "DD1 1QE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Donna Johnston",
"telephone": "+44 1382432288",
"email": "donna.johnston@dundeecity.gov.uk",
"url": "https://www.publiccontractsscotland.gov.uk/Default.aspx"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.dundeecity.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-121763",
"name": "Dundee Sherriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Dundee Sherriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sherriff Court House, 6 West Bell Street",
"locality": "Dundee",
"postalCode": "DD1 9AD",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-121764",
"name": "Scottish Courts House",
"identifier": {
"legalName": "Scottish Courts House"
},
"address": {
"streetAddress": "Saughton House, Broomhouse",
"locality": "Edinburgh",
"postalCode": "EH11 3XD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "enquiries@scotcourts.gov.uk"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-132063",
"name": "Spencer",
"identifier": {
"legalName": "Spencer"
},
"address": {
"streetAddress": "One Humber Quays, Wellington Street West",
"locality": "Hull",
"region": "UKE",
"postalCode": "HU1 2BN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1482766340"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-122330",
"name": "Dundee City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000775142"
}
],
"language": "en",
"awards": [
{
"id": "039206-2024-DCC/TRB/197/24-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"minimumPercentage": 0.3,
"maximumPercentage": 0.3,
"description": "EC&I & Hydraulic Design"
},
"suppliers": [
{
"id": "GB-FTS-132063",
"name": "Spencer"
}
]
}
],
"contracts": [
{
"id": "039206-2024-DCC/TRB/197/24-1",
"awardID": "039206-2024-DCC/TRB/197/24-1",
"status": "active",
"value": {
"amount": 5140170.75,
"currency": "GBP"
},
"dateSigned": "2024-12-04T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 0
}
]
}
}