Main Contractor for Grade A Listed Building
The University of Edinburgh wishes to appoint a Main Contractor to repair, extend and upgrade the Grade A listed Old Royal Infirmary building at Quartermile.
United Kingdom-Edinburgh: Construction work for university buildings
2017/S 153-316418
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
United Kingdom
Telephone: +44 1316508202
E-mail: c.m.brown@ed.ac.uk
NUTS code: UKM75
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
EC0789 Main Contractor EFI Quartermile.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University of Edinburgh wishes to appoint a Main Contractor to repair, extend and upgrade the Grade A listed Old Royal Infirmary building at Quartermile to form a wide range of teaching and learning spaces, function areas and workspace for academics. Enabling works comprising demolition, strip out, asbestos removal and some external fabric repairs have been undertaken in advance of the main construction works.
II.1.6)Information about lots
II.2.3)Place of performance
Quartermile.
II.2.4)Description of the procurement:
Explanation of Requirement.
The main Construction package is the last and most extensive phase of the Old Royal Infirmary redevelopment. This phase is the most critical as it includes all the interventions required to transform the existing vacant building to a new interdisciplinary hub for the University of Edinburgh, which will attract students, academics and professionals. The works are to be completed to allow occupation for the start of the academic year 2021.
The University of Edinburgh wishes to appoint a Main Contractor to undertake the following the main construction works at the Edinburgh Futures Institute building at Quartermile. The works will consist of:
— Repair and refurbishment of the existing building.
— New build construction including an external square with an underground event space below (located in the front of the main entrance), the construction of two northern infills between the existing wards, the construction of a new strip of accommodation across the southern elevation and other associated extensions.
— Structural alterations, construction of new partitions, all internal finishes and fixed furniture and fittings.
— Installation of new services and plant with utility connections.
— Site access alterations where required.
The University will take the six highest scoring suppliers through to the ITT stage and they will be invited to submit a tender and attend an interview.
Scoring methodology.
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
II.2.5)Award criteria
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
As detailed within this notice and our ESPD documentation.
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 there are 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
ESPD statement4B.1.1.
Bidders will be required to have a ‘general’ yearly turnover threshold value of 140,000,000 GBP for the last three years prior to the date of proposed contract award.
ESPD statement 4B.5.1.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Note: There is no requirement for separate product liability insurance as the monetary value detailed against public liability insurance is inclusive of both types of insurance.
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.
Public Liability Insurance = 10 000 000 GBP.
Professional Indemnity Insurance = 10 000 000 GBP.
III.1.3)Technical and professional ability
ESPD 4C.1 1st Statement.
Provide information for 3 relevant construction projects that your organisation has been the Main Contractor for in the past 5 years, which are over 50000000GBP in value and include phased delivery and the construction of student focused accommodation.
Description of the project and its accommodation.
Final construction value.
Contract start and completion dates.
Location (incl. whether city centre or green field).
Name & address of the client contact to provide the University with a reference.
Coloured images of the interior & exterior.
Contract type.
Any awards the building has achieved.
Your examples must be from within the last 5 years.
Note: if you are unable to provide any examples please explain why you cannot provide examples.
Note: please also include the name of each Customer Organisation along with their contact details i.e. Name, Telephone Number, email address.
Your examples must be from within the last 5 years. They do not need to be fully complete but if they are not finished must be no more than 2 months from practical completion.
Responses to be a maximum of 2 A4 pages of text excluding images per project example.
Weighting 75 percent — 25 percent per example).
ESPD 4C.3
Describe your quality control procedures for managing: quality of construction; communication with University stakeholders and neighbours and; management of the handover process and post construction issues.
Responses to be a maximum of 2 A4 pages of text.
(Weighting 10 percent.)
ESPD 4C.4.
Describe the team management processes that your organisation currently utilises in managing construction phases outlining: senior management input and client reporting; co-ordination of your sub-contractors and; dispute resolution.
Responses to be a maximum of 2 A4 pages of text.
(weighting 15 percent).
III.2.3)Information about staff responsible for the performance of the contract
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The University will be requesting evidence from bidders, details of the Fair Work Practices they have in place. Detailed information will be contained within our Invitation to Tender (ITT) documentation.
Funding for this project is fully approved.
Evaluation.
We will apply a two stage process:
Stage 1 — Pre-Qualification via the submission of the completed ESPD (Scotland).
— Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within Section III 1.1 & 1.2 and Section VI (VI.3) of the Contract Notice.
— Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within Section III 1.3 of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within Section 3 below. We will take the six highest scoring bidders through to the ITT stage and they will be invited to submit a tender.
Stage 2 — Invitation to Tender (ITT).
The University will evaluate all shortlisted bidders/tenderers ITT submissions via undertaking a Quality/Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score.
Technical (Quality) Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. eg in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 20 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 20 percent therefore your score would be 10 percent. Cost — the bidder who submits the lowest cost will be awarded the maximum score 80 percent and the others awarded a score pro rata, in relation to the lowest bid.
Summary.
The quality and commercial score will be combined to give each bidder/tenderer an overall total score.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 8879. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Under the terms of our Contract the University will impose on the successful supplier condition/s in that the appointed supplier will be required to deliver Community Benefits in support of the University’s economic and social objectives.
Accordingly, contract performance conditions may relate in particular to social and environmental considerations.
The nature of the Community Benefits to be delivered will be set out in our tender documents and details included within our contract award documentation.
(SC Ref:507685).
VI.4.1)Review body
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
United Kingdom
Telephone: +44 1316502508Internet address:http://www.ed.ac.uk/schools-departments/procurement/supplying
VI.5)Date of dispatch of this notice:
Related Posts
Durham County Council Roofing Works Framework
Department for Work and Pensions Estates Contractor Framework
Tender for Design and Construction of a New Film and Media Centre
Building Conservation Consultancy Services North Yorkshire
University of Hertfordshire Contractor Frameworks