Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 2
Status Active
Published 20th Mar 2025
Reference | ocds-h6vhtk-04efe7 |
Common Procurement Vocabulary | Scaffolding work |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Works
Type
No. of Lots 2
Status Active
Published 20th Mar 2025
Reference | ocds-h6vhtk-04efe7 |
Common Procurement Vocabulary | Scaffolding work |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1QE
Contact
Chris Murphy
chris.murphy [at] dundeecity.gov.uk
Telephone
+44 1382434144
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Tender for the Provision of a Framework for the Supply, Delivery & Installation of Scaffolding
Reference number
DCC/CS/254/24
II.1.2) Main CPV code
- 45262100 - Scaffolding work
II.1.3) Type of contract
Works
II.1.4) Short description
Lot 1- Scaffolding Towers
Lot 2- Full Elevation Scaffolding
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Scaffolding Towers- Emergency Work
Lot No
1
II.2.2) Additional CPV code(s)
- 45262100 - Scaffolding work
II.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
II.2.4) Description of the procurement
Tower Scaffolding required for urgent repair works.
II.2.5) Award criteria
Quality criterion - Name: Delivery of Contract and Quality of Service / Weighting: 8
Quality criterion - Name: Resourcing of Requirements / Weighting: 7
Quality criterion - Name: Emergency Response / Weighting: 10
Quality criterion - Name: Community Benefits Q1 / Weighting: 2
Quality criterion - Name: Community Benefits Q2 / Weighting: 1
Quality criterion - Name: Fair Work First / Weighting: 2
Price - Weighting: 70
II.2.6) Estimated value
Value excluding VAT: £300,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 years extension option(totalling 4 years maximum)
II.2.10) Information about variants
Variants will be accepted: No
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) Description
II.2.1) Title
Full Elevation Scaffolding
Lot No
2
II.2.2) Additional CPV code(s)
- 45262100 - Scaffolding work
II.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
II.2.4) Description of the procurement
Full Elevation Scaffolding
II.2.5) Award criteria
Quality criterion - Name: Resourcing Of Requirement / Weighting: 9
Quality criterion - Name: Programme of Works / Weighting: 7
Quality criterion - Name: Emergency Response / Weighting: 9
Quality criterion - Name: Community Benefits Q1 / Weighting: 2
Quality criterion - Name: Community Benefits Q2 / Weighting: 1
Quality criterion - Name: Fair Work / Weighting: 2
Price - Weighting: 70
II.2.6) Estimated value
Value excluding VAT: £2,200,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 year extension option (totalling 4 years maximum)
II.2.10) Information about variants
Variants will be accepted: No
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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
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.
Minimum level(s) of standards possibly required
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 response 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.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
22 April 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
22 April 2025
Local time
12:00pm
Place
Electronic Postbox (PCS)
Information about authorised persons and opening procedure
Procurement Category Officer
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at .
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .
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:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community Benefit Requirements
Successful Contractors will be required to deliver Community Benefit activities dependant on their cumulative spend awarded over the for duration of this contract. Community Benefit activity can include the following
Awareness Raising Event for community group, college or school – this could include a wide range of activities which support learning and employability such as talks about environmental issues for school, college or university students or job seekers; training workshops carried out by contractors for target groups to raise awareness of their sector and its benefits and where appropriate the careers available, motivational talks, school talks, or to run events which tie in with a particular aspect of the curriculum.
Community Support Activity or Community Wish – the council is developing a Community Wishes approach which will gather and moderate requests for support for small community projects. These will be wide ranging but likely to include requests to provide materials or volunteer labour to support small community projects including community gardens, allotment projects or community clear ups. The Community Wishes website is expected to be live before the conclusion of this tender. period.
Work Experience Opportunity – where appropriate to provide a work placement opportunity for a young person or adult on an appropriate programme. Support would be provided to identify an appropriate programme and candidate.
Mentoring Opportunity – provide a mentoring opportunity to a young person from Dundee on the MCR pathway mentoring programme. More information at Support would be provided to identify an appropriate school and candidate.
(SC Ref:793816)
Download the ESPD document here:
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
Country
United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Scottish Courts Service
Saughton House, Broomhouse
Edinburgh
EH11 3XD
enquiries [at] scotcourts.gov.uk
Country
United Kingdom