Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
UK
Contact person: Terri Trainor
Telephone: +44 3033333000
E-mail: Terri.Trainor@dumgal.gov.uk
NUTS: UKM92
Internet address(es)
Main address: http://www.dumgal.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.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
Whitesands Project (Flood Protection Scheme & Public Realm Improvements) – Early Contractor Involvement & Main Works Construction
Reference number: DGCP-0313
II.1.2) Main CPV code
45246400
II.1.3) Type of contract
Works
II.1.4) Short description
Whitesands Project (Flood Protection Scheme and Public Realm Improvements) – Early Contractor Involvement (ECI) and Main Works Construction
II.1.5) Estimated total value
Value excluding VAT:
37 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45246400
45246410
45000000
71311300
71530000
II.2.3) Place of performance
NUTS code:
UKM92
Main site or place of performance:
Whitesands, Dumfries
II.2.4) Description of the procurement
Dumfries and Galloway Council (“The Employer”) requires the services of a suitably qualified and experienced Consultant to support the detailed design development of the Whitesands Project through Early Contractor Involvement, including the production of a Report to detail the proposed methodology, findings and considerations relating to the delivery of the Whitesands Project.
It is the Employer’s intention to appoint a single Consultant to deliver the ECI and the subsequent Main Works Construction through a two-stage process:
- Stage 1 – Early Contractor Involvement (“ECI”)
- Stage 2 – Main Works Construction (“Main Works”)
Stage 1 - Early Contract Involvement
The Consultant is required to provide construction-focused advice and expertise to be considered throughout the detailed design in support of Gateway 3 work. This includes collaborating with the Scheme designers to ensure constructability of the Scheme, attending detailed design workshops, optimising cost and efficiency, and offering Consultant insights pre-construction.
Stage 2 - Main Works Construction
The Council would expect the chosen supplier to lead on delivery of the Main Works Construction, with elements including, but not limited to:
- Health and Safety Management (CDM 2015)
- Site Planning and Management
- Waste Management
- Traffic Management
- Planning and License Condition Discharge
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
37 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-007999
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/05/2025
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
27/05/2025
Local time: 12:00
Information about authorised persons and opening procedure:
Tenders will be opened by two procurement personnel by a secure location
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29093. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Community Benefits as requested within the Quality Questionnaire and utilising the Community Wishlist and Community Benefit Menu.
(SC Ref:796917)
VI.4) Procedures for review
VI.4.1) Review body
Dumfries Sheriff Court
40 Buccleuch Street
Dumfries
DG1 2AN
UK
VI.5) Date of dispatch of this notice
25/04/2025