Awarded contract

Smoke Extract and Fire Damper Replacement

  • National Library of Scotland

F03: Contract award notice

Notice reference: 2023/S 000-033229

Published 9 November 2023, 4:39pm



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.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.1.6) 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.2.11) 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 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 000-021438


Section five. Award of contract

Contract No

2022.23.072

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

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.

(SC Ref:749986)

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.