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 1NZ
UK
Contact person: Donna Johnston
Telephone: +44 1382434000
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
Upgrade of Fire Alarm and Emergency Lighting and PA to PAVA System at Caird Hall, Dundee, DCC/CD/219/23
Reference number: DCC/CD/219/23
II.1.2) Main CPV code
45312100
II.1.3) Type of contract
Works
II.1.4) Short description
Dundee City Council seeks to appoint competent supplier to supply & install increased Fire Alarm coverage, New Emergency Lighting and PAVA system at Caird Hall, Dundee. The programme of works is a 24 weeks.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
629 516.31
GBP
II.2) Description
II.2.2) Additional CPV code(s)
45312100
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Caird Hall, Dundee
II.2.4) Description of the procurement
Dundee City Council have a requirement to provide increased Fire Alarm Coverage, new emergency lighting to meet current standards and upgrading the current PA system to a PAVA system at the Caird Hall Building, City square, Dundee
The requirement is for:
The supply & installation of new wired and wireless fire alarm devices and associated equipment linked to existing addressable fire alarm system to extend coverage to meet Category L1/P1/M. Associated electrical installation to meet BS 7671 IET Requirements for Electrical Installations 2018, including all current amendments.
New Voice Evacuation system to be designed/installed to encompass designated areas.
New Emergency Lighting to meet current standards and be supplied from existing Central Battery system via existing Emergency Lighting
DBs.
The complete fire alarm and voice evacuation proposals and Contract Works are to be in the form of Contractor Design Portions (CDP)
The Emergency Lighting design will remain the responsibility of Dundee City Council, however the Contractor shall work with the Council to ensure a compliant installation.
DCC will provide specific and performance requirements that the Contractor shall include within his Design Proposals. These requirements
shall be highlighted on and within the Contract Drawings and Specification.
The Main Contractor shall be responsible for coordinating their design information with their subcontractor design information and for co-ordination of the various sub-contractor design info. The Main Contractor is also responsible managing the procurement of all proposed materials/equipment and for its installation in line with their programme.
The Contractor carrying out electrical alterations to suit new proposals shall be designated "APPROVED" by the National Inspection Council for Electrical Installation Contracting, SELECT or equal and approved and proof of designation shall be submitted to the CA if requested.
II.2.5) Award criteria
Quality criterion: Delivery of Contract and Quality of Service
/ Weighting: 20
Quality criterion: Resourcing of Requirements
/ Weighting: 20
Quality criterion: Programme of Work
/ Weighting: 15
Quality criterion: Community Benefits Q1
/ Weighting: 2
Quality criterion: Community Benefits Q2
/ Weighting: 1
Quality criterion: Fair Work First
/ Weighting: 2
Price
/ Weighting:
40
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
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 000-004822
Section V: Award of contract
Contract No: DCC/CD/219/23
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/05/2024
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
E.W. Edwardson (Electrical Contractors) Limited
Boston Rd, Viewfield Industrial Estate, Glenrothes, Fife
Glenrothes
KY6 2RE
UK
Telephone: +44 1592775079
NUTS: UK
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:
: 629 516.31
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The Caird Hall is a live events venue which is used regularly throughout the year. As such it may be that the successful contractor will be required to reschedule the programme or timings of certain aspects of the works to meet the needs of the venue and the Service Manager. It is possible that such requests may come at short notice. The works must be delivered with minimum disruptions to users of the building.
(SC Ref:777782)
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
DD19AD
UK
VI.4.4) Service from which information about the review procedure may be obtained
Scottish Court Service
Saughton House, Broomhouse House
Edinburgh
EH113XD
UK
Telephone: +44 1314443300
E-mail: enquiries@scotscourts.gov.uk
VI.5) Date of dispatch of this notice
11/09/2024