Construction Tenders

Sat October 19 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 19th Dec 2023

Tender Details
Referenceocds-h6vhtk-0426f4
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£4,000,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 19th Dec 2023

Tender Details
Referenceocds-h6vhtk-0426f4
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£4,000,000

Section I: Contracting authority

I.1) Name and addresses

National Library of Scotland

George IV Bridge

Edinburgh

EH1 1EW

Contact

linda macmillan

Email

l.macmillan [at] nls.uk

Telephone

+44 7944232610

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nls.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11622

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

National or federal Agency/Office

I.5) Main activity

Recreation, culture and religion


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Causewayside Compartment Damper and Associated Works – Major Construction Project

Reference number

2023.24.056

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

The scope of construction works will include the replacement of the compartment dampers and associated works.

Associated Air Handling Unit upgrades and smoke damper replacement,

Replacement of all ventilation installation fire dampers,

Temporary collection protection works and dust monitoring.

The following works will be Contractor Design:

The compartment damper installation.

II.1.5) Estimated total value

Value excluding VAT: £4,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 45000000 - Construction work
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations
  • 45351000 - Mechanical engineering installation works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment

II.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

National Library of Scotland

33 Causewayside

Edinburgh

EH9 1SL

II.2.4) Description of the procurement

The Causewayside building is owned by the Library. It is predominantly used for environmentally controlled collection storage; however, it also accommodates approx. 80 staff and a public reading room.

To provide a fully functioning replacement compartment damper systems that are fully compliant with the Library’s specification. That will ensure enhanced protection of the Library’s collection material from smoke and fire damage in the event of a fire and a reduction in staff to maintain and support.

This will be a fixed contract to be awarded May 2024, with mobilisation period that will ensure a start on site no later than June 2024 and to be completed on site not later than 31 March 2025.

The building will be operational during the works and the collections will remain in-situ. As a result, the Contractor will work floor by floor starting from Level 07. The works, including protection and dust monitoring, will be completed, and commissioned before progressing to the next floor, with final commissioning on completion of all floors.

The following works will be Contractor Design:

The compartment damper installation.

II.2.5) Award criteria

Quality criterion - Name: Quality Schedule - Technical Response / Weighting: 60

Cost criterion - Name: Pricing - Commercial Response / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £4,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

10

This contract is subject to renewal

No

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.2.14) Additional information

SBCC single stage traditional contract without quantities but with Contractor Design Portion will be used for the procurement of this contract. (SBC/XQ/SCOT) with Schedule of Amendments and ITT Legal Appendix as set out in the Invitation to Tender.


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

Please see SPD module and guidance contained therein.

III.1.2) Economic and financial standing

List and brief description of selection criteria

[4B1a] General yearly turnover

The bidder should provide its (general) yearly turnover for the number of financial years specified:

Bidders are required to provide their (general) yearly turnover for the number of financial years below

Total turnover – Prior year

Total turnover – Prior year minus 1

Bidders are required to have a minimum annual turnover of 10 million GBP for the last two financial years. Where a Bidder does not have an annual turnover for of this value, the Library may exclude the Bidder from the competition or may apply discretion seeking supporting evidence to determine the Bidder’s suitability to proceed in the competition.

Financial ratio

The bidder confirms the name, value and/or range of the financial ratios specified are as follows:

Bidder will be required to provide the following information in response to 4B.4

Current ratio for Prior Year

Current ratio for Prior Year minus 1

The formula for calculating a Bidder’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.00. Where a Bidder’s current ratio is less than acceptable value, the Library may exclude the Bidder from the competition or may apply discretion seeking supporting evidence to determine the Bidder’s suitability to proceed in the competition.

Minimum level(s) of standards possibly required

Insurance 4B.5a - 4B.5c

The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in terms of Professional Risk Indemnity Insurance.

4B.5a - Professional Indemnity Insurance 2,000.000 GBP

4B.5b - Employers (Compulsory) Liability Insurance - 10,000,000 GBP

4B.5c - Public / Product Liability Insurance - 5,000,000 GBP

48.5d - Contractors All Risk - 5,000,000 GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria

4C1.2 -Pass / Fail

Bidders who fail to provide relevant case studies may be excluded at this SPD selection stage. If excluded the tender response will be set aside, it will not be forwarded on to the evaluation panel and it will not be evaluated.

For public works contracts only, please provide 2 relevant examples of works carried out in the past five years as specified:

Please provide your first case study that demonstrates your organisation's experience of delivering mechanical and electrical constructions works which are similar in scale, scope and complexity to this requirement. These case studies must be for contracts which are currently live or were completed within the last 5 years.

The information you provide for the case study should cover the following areas

A description of the works carried out in a live environment i.e building occupied and operational while construction works are underway.

Customer details, form of contract used, contract value and start and end dates.

Approach to providing the M&E construction works in relation to health and safety, protections of property assets and building content e.g minimising of dust while undertaking the works.

Your response should be limited to 2 A4 pages (single sided) Arial font 12

Please provide your second case study that demonstrates your organisation's experience of delivering mechanical and electrical constructions works which are similar in scale, scope and complexity to this requirement. These case studies must be for contracts which are currently live or were completed within the last 5 years.

The information you provide for the case study should, as a minimum, cover the following areas

A description of the works carried out in a live environment i.e building occupied and operational while construction works are underway.

Customer details, form of contract used, contract value and start and end dates.

Approach to providing the M&E construction works in relation to health and safety, protections of property assets and building content e.g minimising of dust while undertaking the works.

Your response should be limited to 2 A4 pages (single sided) Arial font 12.

4C4 - Supply Chain Management - Pass / Fail

Bidders who fail to provide a response to this question may be excluded at this SPD selection stage. If excluded the tender response will be set aside and will not be evaluated.

Please provide a statement of the relevant supply chain management and/or tracking systems used:

Please provide details of the supply chain management and tracking systems used by you to deliver works construction contracts which are similar in scale, scope, and complexity to the contract requirement as detailed in II.2.4 in the published contract notice or the relevant section of the site notice.

Your response should be limited to 2 A4 pages (single sided) Arial font 12

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Any conditions to be detailed in the Tender Documents

Community Benefits will apply to this tender.

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 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

19 February 2024

Local time

11:00am

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

19 February 2024

Local time

11:00am

Place

PCS Electronic Portal - Electronic Postbox


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

All suppliers interested in tendering are invited to an open meeting at 10am on 23 January 2024 on Library premises. There is a limit on numbers and each Organisation may send no more than 2 representatives.

Award criteria can be found in the "Schedules to Tender" -quality (technical response along with weightings, issued with the ITT. Unless stated otherwise in the ITT and associated Schedules to Tender the award scoring methodology will be as follows.

0 - Unacceptable -

1 - Unsatisfactory

2 - Poor -.

3 - Acceptable -

4 - Good -

5 - Excellent -

The Library is not bound to accept the lowest priced or any submission.

Tenderers may propose changes to the draft legal documents, which will be considered by the Library. Details of any proposed changes should be issued by tenderers as a single consolidated submission not later than the expiry of the question / clarifications during tender period.

Tenders must be submitted in the format as detailed in Part B Annex 5 (Tender Return Checklist) of the ITT.

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=753074.

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.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

-

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:

Bidders are required to submit community benefit proposals as part of their submission that are proportionate and relevant to the scope of requirement. More information can be found in the Tender Brief and Quality Schedule - Technical Response Document.

(SC Ref:753074)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=753074

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House , 27 Chambers Street

Edinburgh

EH11LB

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court