Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Jenny Thomson
jenny.thomson@renfrewshire.gov.uk
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.publictenderscotland.publiccontractscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictenderscotland.publiccontractscotland.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
Paisley Grammar School Community Campus (PGSCC) - Principal Contractor (PC)
Reference number
RC-CPU-21-247
two.1.2) Main CPV code
- 45214220 - Secondary school construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The contract is for a Principal Contractor to build a new Passivhaus Paisley Grammar School Community Campus (PGSCC).
two.1.5) Estimated total value
Value excluding VAT: £65,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
111-113 Renfrew Road Paisley, PA3 4DY
two.2.4) Description of the procurement
Renfrewshire Council require a Principal Contractor to build a new Passivhaus school at 111-113 Renfrew Road, Paisley, PA3 4DY. The new school will integrate the school with both the local community and enterprise opportunities to form a new Paisley Grammar School Community Campus (PGSCC). The project will require to attain the SFT LEIP metrics, to achieve this the school will be to a Passivhaus standard. The PGSCC will accommodate a roll of circa 1200 pupils and will benefit from a community café and community space.
The site has an existing building, and it is intended that this building is retained. The Multi-Disciplinary Design Team will be carrying out an options appraisal to determine if and how this existing building will form part of the project. The appointed contractor will be expected to contribute to this exercise.
This requirement is for a single Principal Contractor for both pre-construction services and the construction itself. Further details will be provided at stage 2 (Initial ITT). The Council reserves the right to split the construction element of the contract into enabling and main works packages at the pre-construction stage. It would be the Council’s intention to utilise SBCC Minor Works 2016 edition with bespoke employer’s amendments the terms and conditions the Council will utilise will be provided with the enabling work package.
A Multi-Disciplinary Design Team (MDDT) is being procured by the Council for the Project. The MDDT will be novated to the appointed Principal Contractor, at the end of RIBA stage 4 further information will be provided at stage 2 (Initial ITT). Early contractor engagement is being sought in this project and it is anticipated that the Principal Contractor shall be appointed no later than the commencement of RIBA Stage 2 under a bespoke Pre-Construction Services Contract. For information, a pre-construction services scope of works has been provided with the ITP which will be further defined in Stage 2 (Initial ITT).
The project will be managed by an in-house Project Management Team, who may be supported by an external Project Manager and assisted by a Multi-Disciplinary Design Team, Quantity Surveying, BIM Manager, Principal Designer and Passivhaus Certifier disciplines procured from the private sector via an appropriate procurement route.
It is the Council’s intention to utilise bespoke Terms and Conditions in respect of the Pre-Construction Services element of the works. The main construction works will be appointed on the basis of a SBCC Design and Build Contract 2016 edition with bespoke Employer’s Amendments. A final copy of the contracts will be made available at stage 2 (Initial ITT). A draft of the Pre-Construction Services Agreement is provided at this stage (Stage 1 ITP). Should the Council seek to split the construction element of the works, the terms of any enabling/advance work package will be provided at that time.
The contract award is anticipated to be Tuesday 28th June 2022. The pre-construction services are scheduled for commencement on Tuesday 28th June 2022. Mobilisation will start 1st August 2023. The site start date is scheduled for commencement on Tuesday 29th August 2023. The targeted completion date for the construction of the new school is 17th December 2025.
A full Statement of Requirements will be made available to Candidates progressing to the next stage of the procurement process. The draft Pre-Construction Services agreement has been included with the ITP. The Council reserves the right to amend any conditions in accordance with the most recent amendments and inclusions of any applicable regulatory body when the Initial ITT documents are issued. Furthermore, requirements specified to be undertaken may be removed and / or amended with new requirements being added where identified.
Full details are detailed within the document titled PGSCC Principal Contractor ITP attached to the PCS-T System.
The stages of this CPN are detailed in II.2.14.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
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: 5
Objective criteria for choosing the limited number of candidates:
4C.1.A – Passivhaus Buildings (30%)
4C.1.B – Multi-disciplinary design team novation (15%)
4C.1.C – Soft Landings (15%)
4C.1.D – BIM (15%)
4C.1.E – Zero Defects (25%)
In respect of the scored questions 4C 1 A-E for the Invitation to Participate a Bidder must achieve a technical score of 70% to be invited to the Stage 2 Initial tender.
Following the Stage 1 Invitation to Participate (Selection), the Council intends to limit the number of otherwise qualified Candidates invited to tender to five (5). The Council reserves the right to invite more than five (5) Candidates to tender where the Council considers this is necessary to ensure sufficient competition and equal treatment of Candidates. The Council reserves the right to invite less than 5 Candidates to tender where it does not receive 5 RTPs which meet the minimum requirements.
Where the Council is unable to select a preferred tender following the Stage 2 Invitation to Tender (Initial ITT), the Council reserves the right to further reduce candidate numbers after evaluation of the Initial tender submissions to the top three (3) ranking tenderers for the negotiation stage (stage 3). The Council reserves the right to invite more than three (3) Candidates to tender where the Council considers this is necessary to ensure sufficient competition and equal treatment of Candidates Subsequent to negotiations, the Council will invite those Tenderers to submit a final tender in response to a revised ITT.
The Council will then assess the revised tenders and decide whether to accept the most economically advantageous offer.
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
The stages of this CPN are Stage 1 Invitation to Participate (Selection), Stage 2 Invitation to Tender (Initial ITT), Stage 3 Negotiation: If deemed necessary the Council reserves the right to negotiate on the characteristics of the works in the pursuit of best value and improving tenders (Negotiation), Stage 4 Final Tender (Final ITT).
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
Selection criteria as stated in the procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
This Contract will include performance conditions relation to fair working practices and community benefits.
A key requirement of the funding is to secure employment community benefits. This procurement will include 15 mandated employment community benefits, these will be evaluated as a pass/fail. The procurement will also include evaluated community benefits using the Council’s Community Benefit Outcome Menu. In addition to this added value community benefits (contractor proposal) will be requested. All community benefits will be contractual and form part of 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
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2021/S 000-021820
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 December 2021
Local time
10:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 January 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: 6 (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
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 Council reserves the right to award the contract to a preferred tenderer after Stage 2 without the use of Stage 3 or Stage 4. Stages outlines in II.2.14.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 19965. 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 project will provide a good opportunity to secure local community benefits likely to include skills development and employment for the duration of the contract.
A key requirement of the funding is to secure employment community benefits. This procurement will include 15 mandated employment community benefits, these will be evaluated as a pass/fail. The procurement will also include evaluated community benefits using the Council’s Community Benefit Outcome Menu. In addition to this added value community benefits (contractor proposal) will be requested. All community benefits will be contractual and form part of the Contract.
Further detail of this will be provided at stage 2 (ITT) of the tender process.
(SC Ref:671607)
six.4) Procedures for review
six.4.1) Review body
VI.4.3
VI.4.3
Country
United Kingdom
Internet address
http://www.renfrewshire.gov.uk
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.
six.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom