Section one: Contracting authority
one.1) Name and addresses
SRUC
Peter Wilson Building , Kings Buildings West Mains Road
Edinburgh
EH9 3JG
Telephone
+44 1315354000
Fax
+44 01315354314
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00021
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Other type
Higher Education, Research, and Consultancy
one.5) Main activity
Other activity
Higher Education, Research, and Consultancy
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Enabling Works, Peter Wilson Building, SRUC Edinburgh Campus, EH9 3JG
Reference number
26627
two.1.2) Main CPV code
- 45214000 - Construction work for buildings relating to education and research
two.1.3) Type of contract
Works
two.1.4) Short description
SRUC recently commissioned an extensive review of the facilities at our Edinburgh Campus by space planning specialist the output from which was the Edinburgh Campus Master Plan and associated appendices.
The overall Master Plan has been divided into discrete projects with the Enabling Works Project being seen as the critical first step in the upgrading & modernisation of the campus.
The enabling works project focuses on creating a fully accessible and compliant campus by installing:
- two platform lifts to serve two sets of four lecture theatres
- modifications to an existing accessibility lift to allow access to all levels of the administration wing
- new fire escape stairways to comply with building evacuation distances and times; and
- create refuge areas as required.
two.1.5) Estimated total value
Value excluding VAT: £1,460,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44115000 - Building fittings
- 44115800 - Building internal fittings
- 45210000 - Building construction work
- 42416100 - Lifts
- 42418220 - Chairlifts
- 45214000 - Construction work for buildings relating to education and research
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
SRUC Edinburgh Campus, EH9 3JG
two.2.4) Description of the procurement
Please see attached Invitation to Tender Documents for full details of this opportunity.
two.2.5) Award criteria
Quality criterion - Name: Professional Ability & Resources / Weighting: 6
Quality criterion - Name: Methodology and Business Approach / Weighting: 24
Quality criterion - Name: Risks and Opportunities / Weighting: 8
Quality criterion - Name: Sustainability / Weighting: 7
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Presentation of Proposal / Weighting: 10
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Within each submitted SPD response, Tenderers should note the following selection criteria:
Part IV A: Suitability
Each professional discipline of the Tenderer’s Design team must comprise, as a minimum, membership of at least one of the following professional bodies:
- Architect: RIBA / RIAS / ARB
- Civil/Structural Engineer: MIStructE / CEng / ACE
- Mech/Elec Engineer: MICE / MIET / IEng / CEng / MCIBSE / ACE
The Contractor should be registered with at least one of thr following: CECA/ ECA/MICOB
- Hold independent third party certification under BS OHSAS 18001 (or equivalent);
- Hold independent third party certification under BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent certificate).
Part IV B: Economic and Financial Standing
The Main Contractor must disclose:
1. their (“general”) yearly turnover for the previous three financial years. The minimum acceptable turnover is GBP 3 million per annum;
2. that their insurance cover meets the following levels:
- The minimum amount of cover for insurance against death and of or bodily injury to employees of the Contractor arising out of and in the course of their employment in connection with the contract for any one event is GBP10 million;
- The insurance against loss of or damage to the works, Plant and Materials is to include cover for Plant and Materials provided by the Client for an amount of GBP5 million;
- The minimum amount of cover for insurance against loss of or damage to property (except the works, Plant and Materials and Equipment) and liability for bodily injury to or death of a person (not an employee of the Contractor) arising from or in connection with the Contractor Providing the Works for any one event is GBP10 million.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 April 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 April 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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=726593.
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.
(SC Ref:726593)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=726593
six.4) Procedures for review
six.4.1) Review body
The Sheriff Court
Edinburgh
Country
United Kingdom