Tender

Renovation and Conversion of Listed Former Flax Mill, Silverburn Park

  • Brownriggs

F02: Contract notice

Notice identifier: 2022/S 000-017337

Procurement identifier (OCID): ocds-h6vhtk-034a5e

Published 24 June 2022, 1:42pm



Section one: Contracting authority

one.1) Name and addresses

Brownriggs

Unit 16 Scion House, Stirling University Innovation Park

Stirling

FK9 4NF

Contact

Craig Dunsmore

Email

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

http://www.brownriggs.co.uk

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