Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1QE
UK
Contact person: Donna Johnston
Telephone: +44 1382432288
E-mail: donna.johnston@dundeecity.gov.uk
NUTS: UKM71
Internet address(es)
Main address: www.dundeecity.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Replacement of Under Bridge Inspection Gantries, Tay Road Bridge, Dundee
Reference number: DCC/CD/281/23
II.1.2) Main CPV code
45220000
II.1.3) Type of contract
Works
II.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
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
5 140 170.75
GBP
II.2) Description
II.2.2) Additional CPV code(s)
45220000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Dundee City Council Area
II.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
II.2.5) Award criteria
Quality criterion: Project Delivery / Contract Information
/ Weighting: 5
Quality criterion: Design Construction Requirements
/ Weighting: 8
Quality criterion: Understanding of the Project
/ Weighting: 5
Quality criterion: Supply Chain Arrangements
/ Weighting: 5
Quality criterion: SME Participation Specifically for this Project
/ Weighting: 4
Quality criterion: Management of Proposed Sub Consultant(s)/Sub contractor(s)
/ Weighting: 3
Quality criterion: CDM
/ Weighting: 8
Quality criterion: Key Opportunities for the Project
/ Weighting: 3
Quality criterion: Management of Risk in the Project
/ Weighting: 2
Quality criterion: Design Stage Programme
/ Weighting: 7
Quality criterion: Build Stage Programme
/ Weighting: 7
Quality criterion: Methodology
/ Weighting: 5
Quality criterion: Design Responsability
/ Weighting: 5
Quality criterion: Design Sequence, Approach and Methodolgy for this Project
/ Weighting: 5
Quality criterion: Construction Quality
/ Weighting: 5
Quality criterion: Handover and Commissioning
/ Weighting: 5
Quality criterion: Proposed Project Team for this Project
/ Weighting: 5
Quality criterion: Opportunities for Innovation
/ Weighting: 3
Quality criterion: Fair Work First
/ Weighting: 5
Quality criterion: Delivery of Community Benefits through the Contract
/ Weighting: 5
Price
/ Weighting:
60
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Additional Quality Criteria:
These are pass/fail Questions
Environmental Wellbeing (Climate Change Duties)
Fair Tax Declaration
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-026874
Section V: Award of contract
Contract No: DCC/TRB/197/24
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/12/2024
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Spencer
One Humber Quays, Wellington Street West
Hull
HU1 2BN
UK
Telephone: +44 1482766340
NUTS: UKE
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 5 140 170.75
GBP
V.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 VI: Complementary information
VI.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)
VI.4) Procedures for review
VI.4.1) Review body
Dundee Sherriff Court and Justice of the Peace Court
Sherriff Court House, 6 West Bell Street
Dundee
DD1 9AD
UK
VI.4.4) Service from which information about the review procedure may be obtained
Scottish Courts House
Saughton House, Broomhouse
Edinburgh
EH11 3XD
UK
E-mail: enquiries@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
05/12/2024