Section one: Contracting authority
one.1) Name and addresses
Brownriggs
Unit 16 Scion House, Stirling University Innovation Park
Stirling
FK9 4NF
Contact
Craig Dunsmore
craig.dunsmore@brownriggs.co.uk
Telephone
+44 1786464998
Fax
+44 1786464621
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA21102
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
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
one.4) Type of the contracting authority
Other type
Fife Employment Access Trust
one.5) Main activity
Other activity
Mental Health Charity supporting clients back into the work place
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Renovation and Conversion of Listed Former Flax Mill, Silverburn Park
Reference number
4101
two.1.2) Main CPV code
- 45262690 - Refurbishment of run-down buildings
two.1.3) Type of contract
Works
two.1.4) Short description
Renovation of existing listed former Flax Mill and extension including conservation works
two.1.5) Estimated total value
Value excluding VAT: £6,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45262690 - Refurbishment of run-down buildings
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Listed Former Flax Mill, Silverburn Park, Leven
two.2.4) Description of the procurement
Renovation of existing listed former Flax Mill and extension including conservation works. Works comprising of the following:-
Demolition/downtakings
Underpinning works
Foundations/masonry/tanking
Limecrete floors and lime/sand screeds
Steelwork
Rot works, timber strengthening works, timber roof and floor repairs
Roof structures
Haki temporary roof coverings
Sinusoidal profile single skin roof coverings
Sarnafil roof coverings
Rooflights/louvres
Roof fall arrest system
Trace heating to valley gutters
Cast iron rainwater goods
Stairs/handrails/glass balustrades
Brick repairs/repointing brickwork/chimney works/indenting
Slappings/infilling of walls
Temporary supports
Metal stud walls and partitions
Wall lining systems
Glazed screens
Refurbishment of existing windows
Secondary glazing
Aluminium Windows and doors
Thresholds/cills/lintels
Specialist stone mason works
Conservation of metal works
Internal door sets
Automatic door sets
Wetwall and whiterock works
Vinyl/carpet floor coverings
Relay of existing bricks to floors
Plasterboard ceilings
Skim coat plaster works
Cavity fire barriers
Decoration works
Commercial kitchen
Self catering kitchens
IPS/Cubicles/Vanity units
Reception desk
Toilet accessories
Baby changing unit
Signage
Re-use/refurbishment of existing book cases
Sanitaryware
Disposal installations
Mechanical installations including Ground Source Heat Pump, heating, automatic controls, ventilation, hot and cold water installations, etc.
Electrical installations including lighting, power, fire detection, lightning protection, comms, security, induction loops, DDA compliance works, hand driers, etc.
Lift Installation
BWICS
External works comprising of site preparation works, soft landscaping, resin bond gravel paths, granite paths, recycled precast concrete slabs, Macadam works, cycle store, etc.
Potential car park works
Drainage works comprising of bio disc works, surface water soakaway, ACO drains, grease separator, manholes, inspection chambers pipes, pumping systems, etc.
Water, Electrical and BT service utility connections with associated tracks
Fire Hydrant works
Hard hat tours and some trainee placements
two.2.5) Award criteria
Quality criterion - Name: Quality Questionaire / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £6,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
30
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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
Refer to SPD for further information
three.1.2) Economic and financial standing
List and brief description of selection criteria
Refer to SPD
Minimum level(s) of standards possibly required
Employers Liability Insurance GBP 10M
Public Liability Insurance GBP 10M
Professional Indemnity Insurance GBP 5M
Contractors All Risks insurance GBP 10M
State the value(s) for the following financial ratio(s) for each of the last 3 years:
Current ratio (Current Assets/ Current liabilities)
Total net assets /(Liabilities)
The acceptable range for each financial ratio is:
Current ratio - minimum of 1
Total Net assets/(Liabilities) must be positive i.e. a net assets position
three.1.3) Technical and professional ability
List and brief description of selection criteria
Refer to SPD
Minimum level(s) of standards possibly required
4C.1
Provide information on 3nr relevant heritage projects that your organisation (as currently designated) has delivered, as main contractor, in the last 5 years. Projects should involve Category A or B listed buildings and should ideally be of a similar type and complexity to this project including a focus on sensitive conservation/adaptation of historic buildings and heritage significance.
The proposed works will be undertaken within a popular public park and adjacent to a campsite, motor home pitches and allotments. These facilities will remain open during the course of the works. Include details of how your organization has managed similar restrictions that ensured similar facilities remained operational and within a safe environment for the site operatives, and the general public.
Facilitating regular educational visits and training workshops during the construction period will be a contract requirement. Include examples where you have facilitated and contributed to similar arrangements.
The examples should also contain the following information:
- The accepted tender and final contract value
- The name, location and detailed scope of the project including any specialist sub-trades
- The original and eventual project duration and completion dates
- Your commentary on the successes and failures (if any) and lessons learned from each project
- Reference contacts from at least one accredited member of a construction related body e.g.
RIBA, RIAS, RICS, AABC, AAI, etc. (Note: a copy of all references are to be enclosed with submission along with contact details/numbers. All references will be contacted to discuss further)
4C.2
State the number of current directors and directly employed persons who hold a conservation accreditation qualification from a nationally recognised body, or have received training in work specifically relating to historic buildings, or have hands-on experience of using traditional methods and materials? e.g. traditional masonry repairs, traditional joinery repairs, limecrete etc. Provide names, qualifications and relevant experience details.
4C.6
Provide CVs showing relevant qualifications and experience of persons who will be directly involved in the management, planning and supervision of work on this project.
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
12 August 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 November 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.3) Additional information
Existing plans/elevations and proposed plans/elevations attached within portal to provide tenderers with an overview of the project.
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=692769.
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.
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:
Further information/details shall be provided at Stage 2 Tender process.
Bidders to provide a general indication of what they can provide in terms of Community Benefits.
(SC Ref:692769)
six.4) Procedures for review
six.4.1) Review body
Kirkcaldy Sheriff Court
Kirkcaldy
Country
United Kingdom