Principal Contractors Framework for Building Refurbishment Scotland
A Framework for the appointment of Principal Contractors to deliver Building Refurbishment works and projects.
United Kingdom-Edinburgh: Construction work
2017/S 127-259056
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
United Kingdom
Telephone: +44 1314443300
E-mail: procurement@scotcourts.gov.uk
NUTS code: UKM25
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00396
I.1)Name and addresses
Crown Office, 25 Chambers Street
Edinburgh
EH1 1LA
United Kingdom
Telephone: +44 1312262626
E-mail: ps_copfs@scotland.gsi.gov.uk
Fax: +44 8445614069
NUTS code: UKM25Internet address(es):Main address: http://www.copfs.gov.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00292
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Principal Contractors Framework for Building Refurbishment.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Scottish Courts and Tribunals Service (SCTS) together with the Crown Office and Procurator Fiscal Service (COPFS), are seeking to establish a framework for the appointment of Principal Contractors to deliver Building Refurbishment works and projects.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various sites — Scotland wide including Islands.
II.2.4)Description of the procurement:
The Scottish Courts and Tribunals Service (SCTS) together with the Crown Office and Procurator Fiscal Service (COPFS), are seeking to establish a framework for the appointment of Principal Contractors to deliver Building Refurbishment works and projects.
The properties are diverse, located throughout mainland Scotland and its Islands, encompassing various sizes and range of ages from very old listed buildings to more modern structures.
Due to the age of the Estate and the changing use of the courts and tribunals, an annual refurbishment programme is managed by the Property Services Unit within SCTS with requirements spanning the entire spectrum of construction disciplines and services.
Objective of this Framework is to support the successful delivery of building refurbishment and construction related projects across SCTS, COPFS and HMCTS property portfolios. This objective is directly aligned with the strategic priority of ‘A Well Managed Estate’.
Further details available within the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
For UK based organisations, bidders must provide a copy of their Certificate of Incorporation. For non-UK based companies, please refer to Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
III.1.2)Economic and financial standing
Question 4B.1.1: Turnover
Question 4B.4.): Financial Ratios
Question 4B.5.1-5.2): Liability and Indemnity Insurance.
Question 4B.1.1: Turnover
Bidders will be required to have a minimum ‘general’ yearly turnover of 4 000 000 GBP for the last 3 years.
This is based on a maximum of 50 % (annual contract value to turnover with equal distribution across 3 Framework Contractors) considered acceptable within risk appetite. Bidders will not be discounted solely on basis of turnover if financial strength and capacity can be sufficiently demonstrated across other measures in this section.
Question 4B.4.): Financial Ratios
1.Current Ratio (Current Assets/Current Liabilities)
The acceptable range (i.e. the minimum requirement) for this ratio is 1-2.
2.Net Profit Margin (%)
The acceptable range (i.e. the minimum requirement) for this ratio is >0 (i.e. positive)
Question 4B.5.1-5.2): Liability and Indemnity Insurance
— Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP
— Public Liability Insurance = 10 000 000 GBP
— Professional Indemnity Insurance — 5 000 000 GBP.
III.1.3)Technical and professional ability
Question 4C.1.2: Examples of similar services/contracts
Question 4C.4: Supply Chain Management
Question 4C.6: Professional Qualifications.
Bidders are required to achieve an ‘Acceptable’ score in line with criteria stated in the procurement documents for each of the questions in section C in order to qualify.
Question 4C.1.2: Examples of similar services/contracts
The expectation is that successful Contractors will be able to demonstrate the following in the response to this question:
— Experience of operation as Principal Contractor on projects of a similar nature
— Examples demonstrate breadth of strong delivery capability in contracts of a similar size and scale
— Ability to meet service delivery requirements as indicated in the Contract Notice
Question 4C.4: Supply Chain Management
It is the expectation that a robust system/process is in place to regulate and manage activities throughout the supply chain, including subcontracted elements.
Question 4C.6: Professional Qualifications
Successful Contractors will hold, or be able obtain in advance of contract award, accreditation to the following bodies (or equivalent):
— CHAS (Contractors Health and Safety Assessment Scheme) or similar that meets HSE’s Safety Schemes in Procurement (SSIP) standard.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)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
IV.2.7)Conditions for opening of tenders
Scottish Courts and Tribunals Service, Edinburgh.
Section VI: Complementary information
VI.1)Information about recurrence
Framework to be retender prior to expiry in 2021.
VI.2)Information about electronic workflows
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=497933
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.
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:
1. The Contractor acknowledges that SCTS will seek to achieve community benefits through its contract specifications where possible provided that those conditions are compatible with European Union law. Community benefits place an emphasis on targeted recruitment and training and shall include, but shall not be limited to, creating employment opportunities for the long term unemployed and supporting small and medium sized enterprises. The Contractor will bear SCTS’s commitment to the Glasgow Living Wage in mind for the duration of the Agreement. The Contractor shall comply with and deliver the Community Benefit Method Statement as detailed in Part 9 of the Schedule of this Agreement provided during the tendering of this Agreement. SCTS and the Contractor may, during the period of this Agreement, agree changes to community benefit deliverables in the Community Benefit Method Statement where alternative measures capable of delivering greater benefit emerge and are identified by the Contractor during the period of the Agreement.
2. The Contractor is required to take all reasonable steps to employ apprentices, and report to the Employer the numbers of apprentices employed and the wider skills training provided, during the delivery of the service.
3. The Contractor is required to take all reasonable steps to ensure that no less than the percentage of its employees stated in the Contract Data (the ‘Apprenticeship Percentage’) are on formal apprenticeship programmes or that a similar proportion of hours worked in delivering the service, (which may include support staff and Subcontractors) are provided by employees on formal apprenticeship programmes.
4. The Contractor is required to make available to its employees and Subcontractors working on the contract, information about the Government’s Apprenticeship programme and wider skills opportunities.
5. The Contractor is to provide any further skills training opportunities that are appropriate for its employees engaged in providing the Service.
(SC Ref:497933)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=497933
VI.4.1)Review body
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
United Kingdom
Telephone: +44 1314443300Internet address:http://www.scotcourtstribunals.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Middlesex University Building Consultants Framework
Property Management Services at the Royal Hospital Chelsea, London
City of London Corporation Minor Works Term Contract
Standing List of Approved Contractors – Devon County Council
Health and Safety Consultancy Framework