Tender

Enabling Works, Peter Wilson Building, SRUC Edinburgh Campus, EH9 3JG

  • SRUC

F02: Contract notice

Notice identifier: 2023/S 000-008799

Procurement identifier (OCID): ocds-h6vhtk-03b638

Published 27 March 2023, 11:53am



Section one: Contracting authority

one.1) Name and addresses

SRUC

Peter Wilson Building , Kings Buildings West Mains Road

Edinburgh

EH9 3JG

Email

procurement@sruc.ac.uk

Telephone

+44 1315354000

Fax

+44 01315354314

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.sruc.ac.uk

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