Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1QE
UK
Contact person: Wendy Hall
Telephone: +44 1382433401
E-mail: wendy.hall@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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
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 HEADSTONE SAFETY STABILISATION
Reference number: DCC/NS/26/25
II.1.2) Main CPV code
98371111
II.1.3) Type of contract
Services
II.1.4) Short description
Repairs of Headstone Memorials within numerous cemeteries throughout the City of Dundee.
II.1.5) Estimated total value
Value excluding VAT:
250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Dundee City
II.2.4) Description of the procurement
Dundee City Council are seeking to appoint a suitably experienced Contractor to undertake Repairs of Headstone Memorials within numerous cemeteries throughout the City of Dundee, and the purpose of this Tender is to select a sole contractor for provision of these services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Compliance with Specification of Requirements
/ Weighting: PASS/FAIL
Quality criterion: Health and Safety
/ Weighting: PASS/FAIL
Quality criterion: Risk Assessment and Method Statement
/ Weighting: PASS/FAIL
Quality criterion: Environment
/ Weighting: PASS/FAIL
Quality criterion: Quality Management
/ Weighting: 10%
Quality criterion: Contract Resourcing
/ Weighting: 50%
Quality criterion: Environmental
/ Weighting: 10%
Quality criterion: Health and Safety Procedures
/ Weighting: 10%
Quality criterion: Health and Safety – Training
/ Weighting: 10%
Quality criterion: Waste Management
/ Weighting: 5%
Quality criterion: Community Benefits
/ Weighting: 3%
Quality criterion: Fair Work First
/ Weighting: 2%
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
there are 2 1 year extension options totalling 2 years.
II.2.9) Information about the limits on the number of candidates to be invited
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The standard of workmanship will be evidenced by qualifications obtained from an accreditation scheme operated by a recognised industry body, for example the “National Association of Memorial Masons” (NAMM) or The British Register of Accredited Memorial Masons (BRAMM) or equivalent.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Insurance Levels
Minimum level(s) of standards required:
Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim, and
Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 10,000,000 GBP in respect of each claim, and
Product Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 10,000,000 GBP in respect of each claim
III.1.3) Technical and professional ability
List and brief description of selection criteria:
National Association of Memorial Masons (NAMM) or The British Register of Accredited Memorial Masons (BRAMM) or equivalent.
III.2) Conditions related to the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/02/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
15/06/2026
IV.2.7) Conditions for opening of tenders
Date:
13/02/2026
Local time: 12:00
Place:
Dundee City
Information about authorised persons and opening procedure:
Procurement Category Officer
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
if extension options are used this will reoccur in 2031.
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 https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=820514.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.
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:
2 benefits in the length of the contract
(SC Ref:820514)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=820514
VI.4) Procedures for review
VI.4.1) Review body
Dundee Sheriff Court & Justice of the Peace Court
Saughton House, Broomhouse Drive
Dundee
EH113XP
UK
Telephone: +44 1382229961
VI.4.2) Body responsible for mediation procedures
Scottish Courts Service
Saughton House, Broomhouse Drive
Edinburgh
EH113XP
UK
Telephone: +44 1314443300
VI.4.4) Service from which information about the review procedure may be obtained
Scottish Courts Service
Saughton House, Broomhouse Drive
Edinburgh
EH113XP
UK
Telephone: +44 1314443300
VI.5) Date of dispatch of this notice
13/01/2026