Tender

A9 Dualling: Pitlochry to Killiecrankie project

TRANSPORT SCOTLAND

This public procurement record has 2 releases in its history.

TenderUpdate

20 Aug 2025 at 00:00

Tender

24 Jul 2025 at 00:00

Summary of the contracting process

Transport Scotland, acting on behalf of the Scottish Ministers, is overseeing the procurement for the A9 Dualling: Pitlochry to Killiecrankie project. This project, located in the region UKM77, aims to transform approximately 6.4 kilometres of the A9 trunk road by converting a single carriageway into a dual carriageway. The initiative, falling under the 'works' industry category, involves complex construction including major structures like underbridges and junctions. Initially due for submission on 4th September 2025, the deadline was extended to 18th September 2025 due to staffing and supplier constraints. Using a competitive dialogue procedure under the selective procurement method, it promotes a detailed competitive process with stages like prequalification, dialogue, and tendering, expected to officially invite submissions from 20th October 2025.

This contract offers significant opportunities for skilled contractors within the infrastructure and construction sectors. With a project value of £205,000,000, it invites companies experienced in highway constructions and large-scale civil engineering projects to bring forward sustainable and innovative solutions. Businesses equipped with expertise in D2APc standard road projects and similar scale operations stand to benefit. Additionally, providing local employment, engaging SMEs, and ensuring community benefits are central to the procurement's ethos, aligning with sustainable procurement duties under the Procurement Reform (Scotland) Act 2014. As such, the opportunity not only enhances business growth but also contributes to regional socio-economic objectives.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

A9 Dualling: Pitlochry to Killiecrankie project

Notice Description

The Scope involves the dualling of approximately four miles (6.4km) of existing single carriageway on the A9 trunk road between Pitlochry and Killiecrankie. This consists of approximately 4km of online widening and approximately 2km of offline construction. The new/upgraded carriageway will be 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. The project also includes (but is not limited to) construction of two grade separated junctions, construction of two left-in left-out junctions, construction of two major underbridges, demolition and replacement of three existing underbridges, an extension of one existing rail underbridge and construction of one new rail underbridge, provision of five other new underbridges/underpasses, six new retaining walls and fifteen culverts. Additionally, the project involves maintenance works at the existing Tummel underbridge, provision of traffic management, earthworks, road restraint systems, accommodation works, service diversions, fencing, signage, landscaping and environmental mitigation.

Lot Information

Lot 1

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 from a point approximately 1km south of the existing Tummel underbridge near Pitlochry, to the southern end of the existing dual carriageway at the Pass of Killiecrankie. 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 Pitlochry to Killiecrankie 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. Additionally, there will be an employer's design with a re-measurable bill of quantities for maintenance works associated with the existing Tummel Bridge. 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 195 weeks, followed by a 260 week period of maintenance including defect correction and establishment of landscaping.. 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000804803
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG537321
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services


CPV Codes

45111000 - Demolition, site preparation and clearance work

45112000 - Excavating and earthmoving work

45112730 - Landscaping work for roads and motorways

45221111 - Road bridge construction work

45221112 - Railway bridge construction work

45221220 - Culverts

45233100 - Construction work for highways, roads

45233120 - Road construction works

45233124 - Trunk road construction work

45233125 - Road junction construction work

45233128 - Roundabout construction work

45233161 - Footpath construction work

45233162 - Cycle path construction work

45233222 - Paving and asphalting works

45233224 - Dual carriageway construction work

45233226 - Access road construction work

45233280 - Erection of road-barriers

45233290 - Installation of road signs

45246200 - Riverbank protection works

45262640 - Environmental improvement works

45316110 - Installation of road lighting equipment

45316210 - Installation of traffic monitoring equipment

45454100 - Restoration work

50230000 - Repair, maintenance and associated services related to roads and other equipment

Notice Value(s)

Tender Value
£205,000,000 £100M-£1B
Lots Value
£205,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Aug 20256 months ago
Submission Deadline
4 Sep 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND
Contact Name
Joel Morrison
Contact Email
a9dualling@transport.gov.scot
Contact Phone
+44 1412727100

Buyer Location

Locality
GLASGOW
Postcode
G2 7ER
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM77 Perth and Kinross, and Stirling

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000804803-2025-08-20T00:00:00Z",
    "date": "2025-08-20T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000804803",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-30",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "5th Floor, 177 Bothwell Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 7ER"
            },
            "contactPoint": {
                "name": "Joel Morrison",
                "email": "A9Dualling@transport.gov.scot",
                "telephone": "+44 1412727100",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-31",
            "name": "Sheriff Clerk's Office",
            "identifier": {
                "legalName": "Sheriff Clerk's Office"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place",
                "locality": "Glasgow"
            },
            "contactPoint": {
                "email": "Glasgow@scotcourts.gov.uk",
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-7",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "5th Floor, 177 Bothwell Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 7ER"
            },
            "contactPoint": {
                "name": "Joel Morrison",
                "email": "A9Dualling@transport.gov.scot",
                "telephone": "+44 1412727100",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.transport.gov.scot"
            }
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-7"
    },
    "tender": {
        "id": "TS/MP/WKS/2025/01",
        "title": "A9 Dualling: Pitlochry to Killiecrankie project",
        "description": "The Scope involves the dualling of approximately four miles (6.4km) of existing single carriageway on the A9 trunk road between Pitlochry and Killiecrankie. This consists of approximately 4km of online widening and approximately 2km of offline construction. The new/upgraded carriageway will be 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. The project also includes (but is not limited to) construction of two grade separated junctions, construction of two left-in left-out junctions, construction of two major underbridges, demolition and replacement of three existing underbridges, an extension of one existing rail underbridge and construction of one new rail underbridge, provision of five other new underbridges/underpasses, six new retaining walls and fifteen culverts. Additionally, the project involves maintenance works at the existing Tummel underbridge, provision of traffic management, earthworks, road restraint systems, accommodation works, service diversions, fencing, signage, landscaping and environmental mitigation.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45111000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221220",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221111",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221112",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233120",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233124",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233125",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233161",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233162",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233224",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233226",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233290",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262640",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233222",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45112000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45112730",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233128",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233280",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45246200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45316210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45454100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50230000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45316110",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "A9 trunk road from a point approximately 1km south of the existing Tummel underbridge, to the southern end of the existing dual carriageway at the Pass of Killiecrankie."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 205000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2025-09-04T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL535371",
                "documentType": "contractNotice",
                "title": "A9 Dualling: Pitlochry to Killiecrankie project",
                "description": "The Scope involves the dualling of approximately four miles (6.4km) of existing single carriageway on the A9 trunk road between Pitlochry and Killiecrankie. This consists of approximately 4km of online widening and approximately 2km of offline construction. The new/upgraded carriageway will be 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. The project also includes (but is not limited to) construction of two grade separated junctions, construction of two left-in left-out junctions, construction of two major underbridges, demolition and replacement of three existing underbridges, an extension of one existing rail underbridge and construction of one new rail underbridge, provision of five other new underbridges/underpasses, six new retaining walls and fifteen culverts. Additionally, the project involves maintenance works at the existing Tummel underbridge, provision of traffic management, earthworks, road restraint systems, accommodation works, service diversions, fencing, signage, landscaping and environmental mitigation.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL535371",
                "format": "text/html"
            },
            {
                "id": "JUL535371-1",
                "title": "SPD 4C.7 Priority Contract Climate Change Plan Template",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL535371&idx=1",
                "datePublished": "2025-07-24T13:50:05Z",
                "dateModified": "2025-07-24T13:50:05Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL535371-2",
                "title": "SPD 4C.4 - Prompt Payment Improvement Plan",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL535371&idx=2",
                "datePublished": "2025-07-24T13:50:05Z",
                "dateModified": "2025-07-24T13:50:05Z",
                "format": "application/vnd.ms-excel"
            },
            {
                "id": "JUL535371-3",
                "title": "Supplementary Information Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL535371&idx=3",
                "datePublished": "2025-07-24T13:50:05Z",
                "dateModified": "2025-08-07T09:47:48Z",
                "format": "application/pdf"
            },
            {
                "id": "JUL535371-4",
                "title": "Supplementary Information Document - V2 Please see Pre-Qualification Bulletin No. 001.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL535371&idx=4",
                "datePublished": "2025-08-07T09:47:48Z",
                "dateModified": "2025-08-07T09:47:48Z",
                "format": "application/pdf"
            },
            {
                "id": "JUL535371-5",
                "title": "Update to SID page 21 final paragraph, final sentence: Inclusion of \"not\" to correct error in text.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL535371&idx=5",
                "datePublished": "2025-08-07T09:51:50Z",
                "dateModified": "2025-08-07T09:51:50Z",
                "format": "application/pdf"
            },
            {
                "id": "JUL535371-6",
                "title": "Amendment to Single Procurement Document (SPD) section [4D1] (iv).",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL535371&idx=6",
                "datePublished": "2025-09-04T09:38:40Z",
                "dateModified": "2025-09-04T09:38:40Z",
                "format": "application/pdf"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "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 from a point approximately 1km south of the existing Tummel underbridge near Pitlochry, to the southern end of the existing dual carriageway at the Pass of Killiecrankie. 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 Pitlochry to Killiecrankie 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. Additionally, there will be an employer's design with a re-measurable bill of quantities for maintenance works associated with the existing Tummel Bridge. 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 195 weeks, followed by a 260 week period of maintenance including defect correction and establishment of landscaping.. 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.",
                "status": "active",
                "value": {
                    "amount": 205000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Including approach to delivery & management, technical aspects, construction, commercial, risk and sustainability aspects of the project.",
                            "description": "50"
                        },
                        {
                            "type": "cost",
                            "name": "Further information on scoring of the prices can be found in the Supplementary Information Document.",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "contractPeriod": {
                    "durationInDays": 3150
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "It is the Client's policy to measure the performance of the Contractor on a regular basis. In the event that the Contractor's performance falls below a satisfactory level, the Contractor will be invited to determine a means of rectifying the situation. Repeated or continual performance failures may result in suspension or termination of the contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2025-10-20T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The relevant selection criteria will be included in the SPD Scotland module and Supplementary Information Document which can be found in the Additional Documents, within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk) Economic operators must be enrolled in the relevant professional or trade registers kept in the Member state of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015) (i.e., registered under Companies House). Economic operators should provide details under SPD Question Ref. 4A.1. Accreditation Economic operators or their appropriate subcontractors must be accredited under National Highway Sector Scheme (NHSS). The relevant NHSS accreditations are included within the section VI.3 of the Supplementary Information Document. Economic operators who are not accredited shall not progress beyond the assessment selection stage. Economic operators must provide confirmation of the required accreditations under SPD Question Ref. 4D.1, in accordance with the requirements of this Contract Notice. Staff The successful tenderer shall be required to comply with the CDM Regulations (2015) and to comply with all other relevant health and safety law. Additionally, all site staff are to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent. Standards and Specification Subject to the other provisions of the Contract, the standards and specifications which the Contractor shall comply with include: - UK Department for Transport Standards for Highways, specifically: - Design Manual for Roads and Bridges (DMRB) - Manual of Contract Documents for Highway Works (MCHW) - Transport Scotland Interim Amendments (TSIA) - SCOTS National Roads Development Guide - Eurocodes along with UK National Annexes (NA) - BS EN and BS EN ISO standards relevant to the works - BS Code of Practices relevant to the works - Other Non-Conflicting Complementary Information (NCCI) relevant to the works It is the intention that the completed scheme shall be BIM Level 2 compliant at the handover of the built asset. The handover of the built asset shall include the Level 2 BIM output along with the requisite 'as constructed' information, the Health & Safety File and the Operation & Maintenance manuals. The BIM Level 2 requirements at the handover of the built asset will be in compliance with ISO 19650 as prescribed in the Scope which will be provided upon commencement of the competitive dialogue process. Qualifications and Experience It is a requirement of the Contract that staff employed under the Contract shall have minimum levels of experience, education and professional qualifications. In particular, the Designer and the Designer's site representative shall have staff who are Chartered professionals (or equivalent) who will perform the Design in accordance with the appropriate standards and specification and, coupled with the relevant experience of site supervision as a Designer's Site Representative, supervise the design, construction, completion and maintenance process. Construction (Design and Management) Regulations 2015 (CDM 2015) It is intended that, the successful tenderer shall fulfil the duties of Principal Contractor and Principal Designer under CDM 2015. Therefore, economic operators shall be required to satisfy the Scottish Ministers as to their competence, resources and willingness to be appointed as Principal Contractor and Principal Designer and fulfil those duties in accordance with CDM 2015 (refer to III.1.3)."
                },
                {
                    "type": "economic",
                    "description": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, economic operators shall: a) in response to SPD Question Ref. 4B1a, provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; b) in response to SPD Question Ref. 4B.6, provide the name, range and score of nine financial criteria for each year for the last two years of trading, or for the period which is available if trading for less than two years; and c) in response to SPD Question Ref. 4B.5, confirm they already have or can commit to obtain, prior to commencement of the contract, the required levels of insurance. In addition to the information requested under (a) to (c), economic operators must provide a link / copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company). For the avoidance of doubt, if an economic operator fails to provide accounts relating to its last two full years of trading that are due to have been filed, that economic operator will be excluded from this procurement competition. Where economic operators have not yet been trading for a full two year period, such that filed accounts are not yet due and available, and limited only to that circumstance, the required information to support (a) to (c) above may take the form of appropriate third party / statements setting out turnover, profit and loss, cashflow (current and forecast) and the economic operator's credit facility position. Note there will, however, be a negative scoring implication as noted below and in the Additional Documents. This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
                    "minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (SPD Question Ref. 4B.6) The following nine evaluation criteria shall be scored, for each year of the last two years of trading, or for the period which is available if trading for less than two years: 1. Acid Test Ratio 2. Cash Interest Cover Ratio 3. Return on Capital Employed 4. Operating Profit Ratio 5. Net Worth 6. Gearing 7. Annual Contract Value to Turnover 8. Filed Accounts 9. Audit Report The scoring mechanism can be located within the Supplementary Information Document and downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). For the purpose of calculating the Annual Contract Value to Turnover ratio the estimated value in II.2.6 of this Contract Notice shall be adopted. Similarly, for the purposes of this ratio, the duration of the contract (construction phase) shall be approximately 4 years. This equates to an estimated value of 51,000,000 GBP per annum for the initial construction phase, followed by an estimated value of 200,000 GBP per annum for the subsequent maintenance phase (60 months). The nine evaluation criteria will be individually scored and given a total aggregated score, out of a possible 50 marks, for each year of trading. Subsequently, each year's score will be weighted, with the most recent (\"Year 1\") weighted at 2/3rds and the previous (\"Year 2\") weighted at 1/3rd, and then aggregated to form an overall score for the two years out of 50 marks. If the economic operator is trading for less than 2 years, their financial ratios for the most recent full year of trading will be weighted at 2/3rds scored out of the total 50 marks. If the economic operator is trading for less than 1 year the information provided under III.1.2) b), will be prorated up to 1 year to calculate financial ratios for the full year and this will be weighted at 2/3rds and scored out of the total 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by an economic operator (either a single economic operator or a group of economic operators) is less than 25 marks, out of the potential total aggregated score of 50 marks. A submission shall be marked as a FAIL and will not be considered further if the economic operator is unable to provide appropriate information to enable the calculation of the financial ratios. Where the submission has been submitted by a group of economic operators, the information submitted by each group member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each group member and a score determined for such group of economic operators on that basis. A \"group of economic operators\" is defined as an unincorporated consortium or joint venture. Insurance (SPD Question Ref. 4B.5) In response to SPD Question Ref. 4B.5, economic operators must confirm they already have or can commit to obtain, prior to the commencement, the following levels of insurance: Professional Indemnity Insurance = GBP 10 million Public Liability Insurance = GBP 155 million Employer's (Compulsory) Liability Insurance = GBP 10 million In responding to SPD Question Ref. 4B.5, where the economic operator responds \"No, and I cannot commit to obtain it\" they shall be marked as FAIL and shall be excluded from this procurement competition."
                },
                {
                    "type": "technical",
                    "description": "The relevant selection criteria will be included in the SPD Scotland module and Supplementary Information Document which can be found in the Additional Documents, within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk)"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "45233100",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-9",
                "description": "Noting the issues relating to staff and supplier availability during the holiday period, the period for submission will be extended by two weeks to Thursday, 18th September 2025.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-09-04T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-09-18T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-10-20T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-11-03T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.3",
                            "label": "Estimated date of dispatch of invitations"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2025/S 000-017878"
        }
    ],
    "description": "To be considered for this procurement competition, Economic Operators should complete an SPD through the Public Contract Scotland portal and submit the completed SPD in accordance with the timescales specified in this notice. Please note there are minimum requirements concerning Cyber Security for this contract. If successful, it is expected that the Economic Operators will commit to holding a valid Cyber Essentials certificate, if not already held. Economic operators will be asked to confirm that they will pay staff based in the UK that are involved in the delivery of this Contract at least the real Living Wage. A project Information Pack will be made available to all prospective economic operators who have requested access on 31 July 2025. Detail on the Information Pack is contained in the Supplementary Information Document. This information is supplied without warranty and Transport Scotland shall be under no liability for any error, misstatement or omission of such information. To register to obtain access to this Information Pack Prospective economic operators are requested to contact A9Dualling@transport.gov.scot. Please refer to the Supplementary Information Document for full additional information. Details of community benefit provisions will be made available at ITPD stage to shortlisted participants. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=804803. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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 appointed Contractor will be required to deliver Community Benefits in support of the authority's economic, social and environmental objectives. The project aims to facilitate the involvement of Small and Medium sized Enterprises (SMEs), third sector bodies and supported businesses, as well as offering employment and training opportunities, and promoting innovation in line with our sustainable procurement duty under the Procurement Reform (Scotland) Act 2014. The project will encourage good quality and fair work and a Contractors approach to fair work practices will be assessed as part of this procurement and monitored under the contract. (SC Ref:804803) Download the copy of the online SPD document here (to be completed online through postbox submission): https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=804803",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000804803"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000804803"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}