Mackintosh Restoration Project – Principal Contractor
The Glasgow School of Art is fully committed to reconstructing and restoring the Mackintosh Building to its full glory and is seeking to commence implementing the necessary works with immediate effect.
United Kingdom-Glasgow: Restoration work
2015/S 225-408791
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Glasgow School of Art
167 Renfrew Street
Contact point(s): Procurement
For the attention of: Michael McLaughlin
G3 6RQ Glasgow
UNITED KINGDOM
Telephone: +44 1413534500
Internet address(es):
General address of the contracting authority: http://www.gsa.ac.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00197
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk
Further information can be obtained from: Glasgow School of Art
167 Renfrew Street
Contact point(s): Procurement
For the attention of: Michael McLaughlin
G3 6RQ Glasgow
UNITED KINGDOM
Telephone: +44 1413534500
Internet address: http://www.gsa.ac.uk/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Glasgow School of Art
167 Renfrew Street
G3 6RQ Glasgow
UNITED KINGDOM
Telephone: +44 1413534500
Internet address: www.publictendersscotland.publiccontractsscotland.gov.uk
Tenders or requests to participate must be sent to: Glasgow School of Art
167 Renfrew Street
G3 6RQ Glasgow
UNITED KINGDOM
Telephone: +44 1413534500
Internet address: www.publictendersscotland.publiccontractsscotland.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Execution
Main site or location of works, place of delivery or of performance: Scotland.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Glasgow School of Art (GSA) is fully committed to reconstructing and restoring the Mackintosh Building to its full glory and is seeking to commence implementing the necessary works with immediate effect. In delivering this goal it has the backing of government agencies at national and local levels and the support of benefactors from the around the world. GSA considers the Mackintosh Building Project to be one of the most sensitive and culturally significant restoration projects in Europe at this moment.
GSA is seeking to appoint a suitably skilled and experienced Principal Contractor to complete the Works for the reconstruction/ renovation of its Mackintosh Building at 167 Renfrew Street, Glasgow.
NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 4934 under PQQs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the PQQ it will move to your My PQQs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
45454100, 45111000, 45111100, 44900000, 44912200, 45210000, 45200000, 45260000, 45262000, 45440000, 45261320, 45232452, 45100000,45321000, 45320000, 51100000, 50710000, 45311000, 45430000, 45420000, 45421000, 45421140, 44111300, 45400000, 45450000, 98113000,45422000, 44230000, 71530000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
GSA is aiming to return the Mackintosh building to use for academic year 2018/19.
As a first step to awarding the main contract for this project, this Pre-qualification Questionnaire has been drafted in order to assess the quality of the Candidates who are seeking the appointment. After evaluation, the highest five ranking Candidates will be invited to tender.
Following a two-stage, open book, traditional tendering approach, the appointment will be made under a single contract arrangement with all other services being employed through a sub-contract arrangement to the Principal Contractor, where necessary. It should be noted that in the first stage there will be a requirement to undertake an element of works.
It is intended that the terms of the contract will be based on a SBCC standard form of contract together with project specific amendments to the standard form conditions.
Estimated value excluding VAT:
Range: between 25 000 000 and 35 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Details to be provided in the Invitation to Tender.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
Subject to Regulation 23 paragraph (2) of the Public Contract Scotland Regulations 2012, GSA MUST treat as ineligible and must not select a Candidate if GSA has actual knowledge that the Candidate or its directors or any other person who has powers of representation, decision or control of the Candidate has been convicted of any of the offences listed within this regulation and the PQQ document.
Subject to Regulation 23 paragraph (4) of the Public Contract Scotland Regulations 2012, GSA may treat a Candidate as ineligible or decide not to select a Candidate in accordance with these Regulations on one or more of the grounds described in this regulation or within the PQQ docuement.
III.2.2)Economic and financial ability
Where a consortium is proposed, this is also required for each member of the consortium.
Candidates are required to have a minimum average turnover of 25 000 000 GBP and will be rejected if this minimum turnover is not met, so as not to be exposed to undue financial risk.
Where this annual turnover figure is not met by the Candidates, consideration may be given to the parent company/group of companies. If the Candidate wishes to rely on the financial standing of its parent/group, then a minimum average annual turnover of at least 60 000 000 GBP is required.
The parent company/group must also be willing to provide a parent company guarantee.
Candidates must pass the financial analysis including financial ratios, credit and cash position and profitability.
Candidates confirm whether they have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated. Candidates that do not have, or cannot commit to obtain, the required levels of insurance may be excluded from further participation in this procurement exercise.
Employer’s (Compulsory) Liability Insurance = GBP 10 000 000
Product Liability Insurance = GBP 10 000 000
Professional Indemnity Insurance (Each and every claim policy) = GBP 10 000 000
Public Liability Insurance = GBP 10 000 000
Plant and Equipment Insurance.
Motor Insurance.
III.2.3)Technical capacity
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years;
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards;
(4) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided;
(5) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(7) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate;
(8) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(9) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The following criteria will be minimum requirements and Pass/Fail.
Submission of accounts for previous 2 years.
Minimum average annual turnover of GBP 25 000 000
Financial Analysis.
The Candidate shall satisfy minimum insurance requirements as noted in PQQ document.
The Candidate holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
The Candidate comply with the statutory obligations under the Equality Act 2010 (or equivalent).
The Candidate must willing to undertake the duties of Principal Contractor.
Candidates will be scored on Technical and Professional ability including Technical Experience using Case studies, Staffing and resources, Subcontracting policy, Environmental standards, Health and Safety standards,Community benefits.
Full details are provided within the PQQ documents.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
(SC Ref:421169)
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:
— Work experience placements for full-time students and/or
programme-led apprenticeships;
— Training and development;
— Engagement with third sector organisations;
— Engagement with the Prince’s Trust (or equivalent); and
— Engagement with the Glasgow arts communities.
The contractor will be expected to demonstrate that they have a commitment to apprenticeships and broader community benefit through outreach work, open days, representation at seminars and skills training — especially in the field of traditional craft and materials. Links and programme associations with organisations such as the Princes Trust (or equivalent) and Glasgow City Heritage Trust (or equivalent) who operate outreach programmes allied to these areas may be able to assist in the formulation of such activities.
I.1) Name, addresses and contact point(s):
Electronic access to information: Yes
Electronic submission of tenders and requests to participate: Yes. Access through www.publiccontractsscotland.gov.uk Tenders to be submitted through PCS-T.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: