Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Callum Ewan
Telephone
+44 1314693922
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=AA00290
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.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
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
Dumbryden Gardens, Edinburgh - Eight New-Build Affordable Homes
Reference number
CT1147
two.1.2) Main CPV code
- 45215214 - Residential homes construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Construction of eight new-build affordable homes within the Wester Hailes area of Edinburgh. These homes are supported living accommodation for tenants, and consist of eight flats (2 wheelchair flats on ground floor), plus staff base. The development will be net-zero carbon. This opportunity may be of particular interest to small/medium sized housebuilders.
two.1.5) Estimated total value
Value excluding VAT: £2,300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45215210 - Construction work for subsidised residential accommodation
- 45215214 - Residential homes construction work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The City of Edinburgh Council wishes to build a small-scale housing development in the Wester Hailes part of the city. The Homes will be for specialist supported living and number eight in total with a staff building. A contractor is sought to build these homes which are already designed. It is anticipated that this requirement will be of particular interest to the SME Contractor market
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Contained within "Instructions to Tender Document"
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
While it is not anticipated at this time that any further work will be required on site, there may be expansion in future
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.1.2) Economic and financial standing
List and brief description of selection criteria
Exclusion Grounds
Part 3: Section A, B, C & D - 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
Part 4: Selection criteria - B: Economic and financial standing – Question 4B.1 - Bidders are required to have a minimum “general” annual turnover of 5,000,000 GBP for the last two financial years. Where a Bidder does not have an annual turnover of this value, the Council 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.
Part 4: Selection criteria - B: Economic and financial standing – Question 4B.4 - Bidders will be required provide the following information in response to 4B.4:
Current ratio for Current Year: 1.20
Current ratio for Prior Year: 1.20
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 1.20. Where a Bidders’ current ratio is less than the acceptable value, the Council 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.
Part 4: Selection criteria - B: Economic and financial standing – Question 4B.5 - Bidders are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
a. Employers (Compulsory) Liability Insurance - 10M GBP
b. Public Liability Insurance 10M GBP
c. Professional Indemnity - 2M GBP
Where a Bidder does not hold or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Bidder from the competition.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Part 4: Selection Criteria - Technical and Professional Ability – Question 4C.1 – Bidders are required to answer the following questions:
Question 1 – 100%
Please provide up to two case studies that demonstrate your organisation's experience of delivering small scale affordable housing sites. These case studies must be for projects completed within the last 10 years.
The information you provide for each case study should, as a minimum, cover the following areas:
a description of the works or services delivered;
customer details, contract values & dates;
construction methodologies used on the project;
added value in the construction phase including, but not limited to, environmental initiatives, value engineering and community benefits.
Your response is limited to 2 A4 pages per Case Study excluding images and diagrams.
Higher marks will be allocated to project examples which address all these points in turn and evidence experience of successful delivery of affordable homes of a similar size and complexity.
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
27 July 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 August 2022
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)
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
It is a mandatory requirement of this Contract that a prompt payment clause is present in all supply chain Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 21519. 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:
The tenderer shall be expected to offer Community Benefits in the delivery of the works.
(SC Ref:696350)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff Court House
27 Chambers Street
EH1 1LB
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Court of Session
Parliament House
Parliament House Square
EH1 1RQ
Country
United Kingdom