Building Contractor Required for Peter Pan Moat Brae Trust
The Peter Pan Moat Brae Trust intends to appoint a contractor for the redevelopment and conservation of Moat Brae House and Garden.
United Kingdom-Dumfries: Building construction work
2016/S 124-221577
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
SC363695
92 Irish Street
Dumfries
DG1 2PD
United Kingdom
Contact person: Iain Wilson
Telephone: +44 1387255549
E-mail: Iain@peterpanmoatbrae.org
NUTS code: UKM32
I.2)Joint procurement
I.3)Communication
15 Rutland Square
Edinburgh
EH1 2BE
United Kingdom
Contact person: Charlene Rankin
E-mail: consultancy@rias.org.uk
NUTS code: UKM32
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
National Centre for Children’s Literature and Storytelling at Moat Brae House and Garden, Dumfries.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Peter Pan Moat Brae Trust (PPMBT) intends to appoint a contractor for the redevelopment and conservation of Moat Brae House and Garden.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Peter Pan Moat Brae Trust (PPMBT) intends to appoint a contractor for the redevelopment and conservation of Moat Brae House and Garden. Including experience in some or all of:
— Construction works in urban locations with restricted access and storage;
— Work to Listed Buildings, including alterations, repair and conservation works and building services integration;
— Adaptation and structural alteration of historic traditional construction;
— Restoration of historic plasterwork, fine joinery and terrazzo work;
— Complex projects that require adaptation of existing M&E services systems;
— Sustainable Building Services installations and controls systems;
— Coordination with a fit-out contractor;
— High-quality landscape including extensive planting;
— Managing neighbour relationships;
— Installation of bespoke play equipment or similar;
— Delivering Community Benefits.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)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.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
4B.1. Bidders will be required to have a minimum ‘general’ yearly turnover of 10 000 000 GBP for the last 3 years and to submit the most recently available 3 years Financial Statements as part of their response to Q, Q4B.1 and Q4B.2 of the ESPD.
4B.2. Bidders will be required to have an average yearly turnover of a minimum of 10 000 000 GBP in the business area covered by the contract for the last 3 years.
4B.5. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP;
Public Liability Insurance = 5 000 000 GBP;
Professional Indemnity Insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
4C.1. Bidders will be required to provide examples of works carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4) of the OJEU Contract Notice or the relevant section of the procurement document.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at:http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=449298
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at:http://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 Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
— Vocational training;
— Up-skill the existing workforce;
— Make sub-contracting opportunities available to SMEs, the third sector and supported businesses;
— Minimise negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions and impacts on protected areas, buildings or sites.
(SC Ref:449298).
VI.4.1)Review body
15 Rutland Square
Edinburgh
EH1 2BE
United Kingdom
Telephone: +44 1312297545
E-mail: charlene.rankin@rias.org.uk
Fax: +44 1312282188Internet address:http://rias.org.uk
VI.5)Date of dispatch of this notice:
Related Posts
Bradford Council Contractors Framework
Building Surveyor Led Design Team Consultancy Services
Herefordshire Development and Regeneration Partnership
Local Government House Refurbishment London