Section one: Contracting authority
one.1) Name and addresses
National Library of Scotland
George IV Bridge
Edinburgh
EH1 1EW
Contact
linda macmillan
Telephone
+44 7944232610
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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
National or federal Agency/Office
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Causewayside Compartment Damper and Associated Works – Major Construction Project
Reference number
2023.24.056
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The scope of construction works will include the replacement of the compartment dampers and associated works.
Associated Air Handling Unit upgrades and smoke damper replacement,
Replacement of all ventilation installation fire dampers,
Temporary collection protection works and dust monitoring.
The following works will be Contractor Design:
The compartment damper installation.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45000000 - Construction 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
33 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.
To provide a fully functioning replacement compartment damper systems that are fully compliant with the Library’s specification. That will ensure enhanced protection of the Library’s collection material from smoke and fire damage in the event of a fire and a reduction in staff to maintain and support.
This will be a fixed contract to be awarded May 2024, with mobilisation period that will ensure a start on site no later than June 2024 and to be completed on site not later than 31 March 2025.
The building will be operational during the works and the collections will remain in-situ. As a result, the Contractor will work floor by floor starting from Level 07. 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 compartment 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: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
10
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
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.
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.
4B.5a - Professional Indemnity Insurance 2,000.000 GBP
4B.5b - Employers (Compulsory) Liability Insurance - 10,000,000 GBP
4B.5c - Public / Product Liability Insurance - 5,000,000 GBP
48.5d - Contractors All Risk - 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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
19 February 2024
Local time
11:00am
Changed to:
Date
4 March 2024
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
19 February 2024
Local time
11:00am
Place
PCS Electronic Portal - Electronic Postbox
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
All suppliers interested in tendering are invited to an open meeting at 10am on 23 January 2024 on Library premises. There is a limit on numbers and each Organisation may send no more than 2 representatives.
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 -
1 - Unsatisfactory
2 - Poor -.
3 - Acceptable -
4 - Good -
5 - Excellent -
The Library is not bound to accept the lowest priced or any submission.
Tenderers may propose changes to the draft legal documents, which will be considered by the Library. Details of any proposed changes should be issued by tenderers as a single consolidated submission not later than the expiry of the question / clarifications during tender period.
Tenders must be submitted in the format as detailed in Part B Annex 5 (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=753074.
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 benefit proposals as part of their submission that are proportionate and relevant to the scope of requirement. More information can be found in the Tender Brief and Quality Schedule - Technical Response Document.
(SC Ref:753074)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=753074
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House , 27 Chambers Street
Edinburgh
EH11LB
Country
United Kingdom