Tender

181121 Elgin Town Hall Main Contractor

  • Moray Council

F02: Contract notice

Notice identifier: 2025/S 000-010179

Procurement identifier (OCID): ocds-h6vhtk-04c31c (view related notices)

Published 19 March 2025, 2:43pm



The closing date and time has been changed to:

21 May 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Moray Council

High Street

Elgin

IV30 1BX

Email

procurement@moray.gov.uk

Telephone

+44 1343563137

Country

United Kingdom

NUTS code

UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey

Internet address(es)

Main address

http://www.moray.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.publictendersscotland.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.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

181121 Elgin Town Hall Main Contractor

Reference number

181121

two.1.2) Main CPV code

  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants

two.1.3) Type of contract

Works

two.1.4) Short description

Moray Council is leading the redevelopment of the ‘Grade B listed’ Elgin Town Hall and forms part of the overarching Cultural Quarter project.

The building is currently a thriving multi-use venue which hosts community events and touring acts. The existing auditorium is capable of hosting 550 patrons.

The redevelopment provides a complete reconfiguration and refurbishment of the existing building and performance spaces with new specialist and state-of-the-art technical infrastructure complete with stage engineering, stage lighting and audio visual systems.

The building will have a new inviting and modern-day foyer and entrance plaza added to the current north east elevation.

A new build extension is also allowed to the rear of the existing building which will provide a new 90 seat studio theatre with support accommodation.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45212320 - Construction work for buildings relating to artistic performances

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Elgin

two.2.4) Description of the procurement

Moray Council is leading the redevelopment of the ‘Grade B listed’ Elgin Town Hall and forms part of the overarching Cultural Quarter project.

The building is currently a thriving multi-use venue which hosts community events and touring acts. The existing auditorium is capable of hosting 550 patrons.

The redevelopment provides a complete reconfiguration and refurbishment of the existing building and performance spaces with new specialist and state-of-the-art technical infrastructure complete with stage engineering, stage lighting and audio visual systems.

The building will have a new inviting and modern-day foyer and entrance plaza added to the current north east elevation.

A new build extension is also allowed to the rear of the existing building which will provide a new 90 seat studio theatre with support accommodation.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Start date

14 July 2025

End date

20 March 2027

This contract is subject to renewal

Yes

Description of renewals

As terms of the agreement allow

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

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

1 The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below.

2 Requirement - Other economic or financial.

Minimum level(s) of standards possibly required

1 Employer's (Compulsory) Liability: 10,000,000 GBP

Public Liability: 10,000,000 GBP

Other Insurance: Insurance against Professional Indemnity Insurance

Minimum Amount: 5,000,000 GBP

Type: Insurance against Contractor's All Risk Insurance

Minimum Amount: 100%

2 The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator.

Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing.

The bidder is required to provide a copy of the last 2 or 3 audited financial statements as evidence of their compliance to meet their statutory obligations.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

2 Requirement - Qualifications

Minimum level(s) of standards possibly required

Minimum number of relevant examples: 3

1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described. Provide three recent examples of projects similar to Elgin Town Hall. Across your examples, you must prove experience of the following:

NEC3/4 Contracts

Working with Listed Buildings

Public buildings

Specialist installations

Explain in what ways the examples are relevant to Elgin Town Hall and how this will inform your approach to the project.

2 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

Considerate Constructor, Relevant CSCS Cards (Construction Skills Certification Scheme).

And:

Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:

SMSTS (Site Management Safety Training Scheme) or equivalent.


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-039466

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

30 April 2025

Local time

12:00pm

Changed to:

Date

21 May 2025

Local time

12:00pm

See the change notice.

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

30 April 2025

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28565. 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:

Bidder is to propose how they will contribute to local economic growth by working in partnership with a range of provision funded and supported by the Moray Pathways Local Employability Partnership.

(SC Ref:793177)

six.4) Procedures for review

six.4.1) Review body

Elgin Sheriff Court

Sheriff Courthouse, High Street

Elgin

IV30 1BU

Email

elgin@scotcourts.gov.uk

Telephone

+44 343542505

Country

United Kingdom