Tender

Smoke Extract and Fire Damper Replacement

  • National Library of Scotland

F02: Contract notice

Notice identifier: 2023/S 000-021438

Procurement identifier (OCID): ocds-h6vhtk-039a47

Published 25 July 2023, 11:46am



The closing date and time has been changed to:

19 September 2023, 11:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

National Library of Scotland

George IV Bridge

Edinburgh

EH1 1EW

Contact

Linda macmillan

Email

l.macmillan@nls.uk

Telephone

+44 1316233700

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nls.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11622

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

Ministry or any other national or federal authority

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Smoke Extract and Fire Damper Replacement

Reference number

2022.23.072

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

The scope of construction works will include the replacement of the smoke extract and fire damper systems.

Remove the existing smoke extract system.

Form new smoke extract shafts.

Install a new smoke extract system

Associated Air Handling Unit upgrades and smoke damper replacement,

Replacement of all ventilation installation fire dampers,

Temporary collection protection works and dust monitoring.

two.1.5) Estimated total value

Value excluding VAT: £5,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45214000 - Construction work for buildings relating to education and research
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations
  • 45351000 - Mechanical engineering installation works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

National Library of Scotland

Causewayside

Edinburgh

EH9 1SL

two.2.4) Description of the procurement

The Causewayside building is owned by the Library. it is predominantly used for environmentally controlled collection storage; however, it also accommodates approx. 80 staff and a public reading room.

The Causewayside building is the largest property within the National Library of Scotland (NLS) Estate, comprising 19,168m2 over 7 levels, two of which are below ground. The building represents 51% of NLS’ entire portfolio and it currently provides 54% of the estate’s environmentally controlled collection storage space.

The property was built in two phases, the first by Sir Basil Spence, Glover & Ferguson (1989) and the second by Andrew Merrylees, Grierson & Robertson (1995).

Smoke extract and fire damper systems were installed as part of the original build for both phases.

Smoke extract system

In 2002, qualified consultants were commissioned to to review the smoke extract system within Causewayside. This identified a number of significant issues, with recommended upgrade works.

A further review of the smoke control system was carried out in 2015 which concluded that it was inadequate and could lead to difficulties fighting a fire / loss of the collection.

A reassessment of the smoke control system was carried out in 2016. This resulted in a smoke extract strategy report with recommendations for major remedial works. Following which design consultants were commissioned to produce a concept design for a replacement smoke management installation.

In 2019 an smoke management options report that examined options to provide the property with a functional and effective smoke management system.

In 2021 a full design team were appointed to develop the design to RIBA Stage 4 Technical Design.

Fire damper system

In 2021 a review of the ventilation and fire damper review concluded that the fire dampers were beyond their service life (10 yrs.) and that the maintenance & testing regime was inadequate because many were inaccessible, and they had to be manually tested. It recommended that all were replaced, and the replacement should be of a motorised actuator type.

In 2021 a full design team were appointed to develop the design to RIBA Stage 4 Technical Design.

The building will be operational during the works and the collections will remain in-situ. As a result, possession will be given to the Contractor floor by floor starting from the roof. The works, including protection and dust monitoring, will be completed, and commissioned before progressing to the next floor, with final commissioning on completion of all floors.

The following works will be Contractor Design:

The smoke extract installation,

Detailed design for opening and upstands, forms roof opening and upstands (inc. all weather proofing),

Detailed design for louvres, remove existing cladding panels, installs louvres into the cladding (inc. all weather proofing),

The fire damper installation.

two.2.5) Award criteria

Quality criterion - Name: Quality Schedule -Technical Response / Weighting: 60

Cost criterion - Name: Pricing - Commercial Response / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £5,500,000

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

Duration in months

18

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

two.2.14) Additional information

Form of Contract - SBCC single stage traditional contract without quantities but with Contractor Design Portion will be used for the procurement of this contract. (SBC/XQ/SCOT) with Schedule of Amendments and ITT Legal Appendix as set out in the Invitation to Tender. ITT Legal Appendix guidance -Tenderers may propose changes to the draft legal documents, which may be considered by the Library.


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

Please see SPD module and guidance contained therein.

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B1a General yearly turnover

The bidder should provide its (general) yearly turnover for the number of financial years specified:

Bidders are required to provide their (general) yearly turnover for the number of financial years below

Total turnover – Prior year

Total turnover – Prior year minus 1

Bidders are required to have a minimum annual turnover of 10 million GBP for the last two financial years. Where a Bidder does not have an annual turnover for of this value, the Library 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

Financial ratio

The bidder confirms the name, value and/or range of the financial ratios specified are as follows:

Bidder will be required to provide the following information in response to 4B.4

Current ratio for Prior Year

Current ratio for Prior Year minus 1

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 1.00. Where a Bidder’s current ratio is less than acceptable value, the Library 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.

Minimum level(s) of standards possibly required

Insurance

4B.5a - 4B.5c

The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in terms of Professional Risk Indemnity Insurance.

485a - Professional Indemnity Insurance 2,000,000 GBP

4B5b - Employers (Compulsory) Liability Insurance- 10,000,000 GBP

485c - Public / Product Liability Insurance - 5,000,000 GBP

485d - Contractors all risk Insurance - 5,000,000 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C1.2 - Pass / Fail

Bidders who fail to provide relevant case studies may be excluded at this SPD selection stage. If excluded the tender response will be set aside, it will not be forwarded on to the evaluation panel and it will not be evaluated.

For public works contracts only, please provide 2 relevant examples of works carried out in the past five years as specified:

Please provide your first case study that demonstrates your organisation's experience of delivering mechanical and electrical constructions works which are similar in scale, scope and complexity to this requirement. These case studies must be for contracts which are currently live or were completed within the last 5 years.

The information you provide for the case study should cover the following areas

A description of the works carried out in a live environment i.e building occupied and operational while construction works are underway.

Customer details, form of contract used, contract value and start and end dates.

Approach to providing the M&E construction works in relation to health and safety, protections of property assets and building content e.g minimising of dust while undertaking the works.

Your response should be limited to 2 A4 pages (single sided) Arial font 12

Please provide your second case study that demonstrates your organisation's experience of delivering mechanical and electrical constructions works which are similar in scale, scope and complexity to this requirement. These case studies must be for contracts which are currently live or were completed within the last 5 years.

The information you provide for the case study should, as a minimum, cover the following areas

A description of the works carried out in a live environment i.e building occupied and operational while construction works are underway.

Customer details, form of contract used, contract value and start and end dates.

Approach to providing the M&E construction works in relation to health and safety, protections of property assets and building content e.g minimising of dust while undertaking the works.

Your response should be limited to 2 A4 pages (single sided) Arial font 12.

4C4 - Supply Chain Management - Pass / Fail

Bidders who fail to provide a response to this question may be excluded at this SPD selection stage. If excluded the tender response will be set aside and will not be evaluated. Please provide a statement of the relevant supply chain management and/or tracking systems used:

Please provide details of the supply chain management and tracking systems used by you to deliver works construction contracts which are similar in scale, scope, and complexity to the contract requirement as detailed in II.2.4 in the published contract notice or the relevant section of the site notice.

Your response should be limited to 2 A4 pages (single sided) Arial font 12

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Any conditions to be detailed in the Tender Documents.

Community Benefits will apply to this tender.

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

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: 2023/S 000-002201

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

Originally published as:

Date

12 September 2023

Local time

11:00am

Changed to:

Date

19 September 2023

Local time

11:00am

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

four.2.7) Conditions for opening of tenders

Date

12 September 2023

Local time

11:00am

Place

PCS Electronic Portal - Electronic Postbox

Information about authorised persons and opening procedure

Procurement & Contracts Team at National Library of Scotland, Edinburgh EH1 1EW


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

Visit to Causewayside building during tender period - All suppliers interested in tendering are invited to an open meeting at 10am on 8 August 2023 on Library premises.

Award criteria can be found in the "Schedules to Tender" -quality (technical response along with weightings, issued with the ITT. Unless stated otherwise in the ITT and associated Schedules to Tender the award scoring methodology will be as follows.

0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to deliver the requirement. No relevant information provided.

1 - Unsatisfactory - Response is partially relevant but generally unsatisfactory. The response addresses some elements of delivering the requirement, however provides significantly insufficient or limited detail or explanation to demonstrate how they will deliver the requirement. Little relevant information provided.

2 - Poor - Response is partially relevant but generally poor. The response addresses some elements delivering the requirement however contains insufficient/limited detail or explanation to demonstrate how they will deliver the requirement Generally poor and or irrelevant information provided.

3 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of how they will deliver the requirement but may lack details on how the requirement will be fulfilled in certain areas. Acceptable level of relevant information provided.

4 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled. Good level of relevant information provided with little information missing.

5 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement fully detailing how the requirement will be met with no information missing.

The Library is not bound to accept the lowest priced or any submission.

Tenderers may propose changes to the draft legal documents, which may be considered by the Library. Details of any proposed changes should be issued by tenderers as a single consolidated submission not later than expiry of the tender clarification period.

Tenders must be submitted in the format as detailed in Part B Annex 6 (Tender Return Checklist) of the ITT.

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=737426.

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.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

-

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:

Bidders are required to submit community benefits proposals as part of their submission that is proportionate and relevant to the scope of the requirement.

More information can be found in the Tender Brief and Quality Schedule - Technical Response Document.

(SC Ref:737426)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=737426

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House , 27 Chambers Street

Edinburgh

EH1 1LB

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Library will incorporate a minimum of 10 calendar days standstill period at the point of which information on the decision to award the contract is communicated to tenderers (the standstill notification). An economic operator that suffers , or risk suffering , loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session after informing the Library of its intention.