Notice Information
Notice Title
Smoke Extract and Fire Damper Replacement
Notice Description
The scope of construction works will include the replacement of the smoke extract and fire damper systems. Remove the existing smoke extract system. Form new smoke extract shafts. Install a new smoke extract system Associated Air Handling Unit upgrades and smoke damper replacement, Replacement of all ventilation installation fire dampers, Temporary collection protection works and dust monitoring.
Lot Information
Lot 1
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. The Causewayside building is the largest property within the National Library of Scotland (NLS) Estate, comprising 19,168m2 over 7 levels, two of which are below ground. The building represents 51% of NLS' entire portfolio and it currently provides 54% of the estate's environmentally controlled collection storage space. The property was built in two phases, the first by Sir Basil Spence, Glover & Ferguson (1989) and the second by Andrew Merrylees, Grierson & Robertson (1995). Smoke extract and fire damper systems were installed as part of the original build for both phases. Smoke extract system In 2002, qualified consultants were commissioned to to review the smoke extract system within Causewayside. This identified a number of significant issues, with recommended upgrade works. A further review of the smoke control system was carried out in 2015 which concluded that it was inadequate and could lead to difficulties fighting a fire / loss of the collection. A reassessment of the smoke control system was carried out in 2016. This resulted in a smoke extract strategy report with recommendations for major remedial works. Following which design consultants were commissioned to produce a concept design for a replacement smoke management installation. In 2019 an smoke management options report that examined options to provide the property with a functional and effective smoke management system. In 2021 a full design team were appointed to develop the design to RIBA Stage 4 Technical Design. Fire damper system In 2021 a review of the ventilation and fire damper review concluded that the fire dampers were beyond their service life (10 yrs.) and that the maintenance & testing regime was inadequate because many were inaccessible, and they had to be manually tested. It recommended that all were replaced, and the replacement should be of a motorised actuator type. In 2021 a full design team were appointed to develop the design to RIBA Stage 4 Technical Design. The building will be operational during the works and the collections will remain in-situ. As a result, possession will be given to the Contractor floor by floor starting from the roof. 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 smoke extract installation, Detailed design for opening and upstands, forms roof opening and upstands (inc. all weather proofing), Detailed design for louvres, remove existing cladding panels, installs louvres into the cladding (inc. all weather proofing), The fire damper installation. Additional information: Form of Contract - 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. ITT Legal Appendix guidance -Tenderers may propose changes to the draft legal documents, which may be considered by the Library.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-039a47
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/033229-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45214000 - Construction work for buildings relating to education and research
45300000 - Building installation work
45310000 - Electrical installation work
45315000 - Electrical installation work of heating and other electrical building-equipment
45350000 - Mechanical installations
45351000 - Mechanical engineering installation works
Notice Value(s)
- Tender Value
- £5,500,000 £1M-£10M
- Lots Value
- £5,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Nov 20232 years ago
- Submission Deadline
- 12 Sep 2023Expired
- Future Notice Date
- 30 Apr 2023Expired
- Award Date
- 9 Nov 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NATIONAL LIBRARY OF SCOTLAND
- Contact Name
- Linda macmillan
- Contact Email
- l.macmillan@nls.uk
- Contact Phone
- +44 1316233700
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1EW
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-039a47-2023-11-09T16:39:39Z",
"date": "2023-11-09T16:39:39Z",
"ocid": "ocds-h6vhtk-039a47",
"description": "Visit to Causewayside building during tender period - All suppliers interested in tendering are invited to an open meeting at 10am on 8 August 2023 on Library premises. 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 - Nil or inadequate response. Fails to demonstrate an ability to deliver the requirement. No relevant information provided. 1 - Unsatisfactory - Response is partially relevant but generally unsatisfactory. The response addresses some elements of delivering the requirement, however provides significantly insufficient or limited detail or explanation to demonstrate how they will deliver the requirement. Little relevant information provided. 2 - Poor - Response is partially relevant but generally poor. The response addresses some elements delivering the requirement however contains insufficient/limited detail or explanation to demonstrate how they will deliver the requirement Generally poor and or irrelevant information provided. 3 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of how they will deliver the requirement but may lack details on how the requirement will be fulfilled in certain areas. Acceptable level of relevant information provided. 4 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled. Good level of relevant information provided with little information missing. 5 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement fully detailing how the requirement will be met with no information missing. The Library is not bound to accept the lowest priced or any submission. Tenderers may propose changes to the draft legal documents, which may be considered by the Library. Details of any proposed changes should be issued by tenderers as a single consolidated submission not later than expiry of the tender clarification period. Tenders must be submitted in the format as detailed in Part B Annex 6 (Tender Return Checklist) of the ITT. (SC Ref:749986)",
"initiationType": "tender",
"tender": {
"id": "2022.23.072",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Smoke Extract and Fire Damper Replacement",
"status": "cancelled",
"classification": {
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
"mainProcurementCategory": "works",
"description": "The scope of construction works will include the replacement of the smoke extract and fire damper systems. Remove the existing smoke extract system. Form new smoke extract shafts. Install a new smoke extract system Associated Air Handling Unit upgrades and smoke damper replacement, Replacement of all ventilation installation fire dampers, Temporary collection protection works and dust monitoring.",
"value": {
"amount": 5500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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. The Causewayside building is the largest property within the National Library of Scotland (NLS) Estate, comprising 19,168m2 over 7 levels, two of which are below ground. The building represents 51% of NLS' entire portfolio and it currently provides 54% of the estate's environmentally controlled collection storage space. The property was built in two phases, the first by Sir Basil Spence, Glover & Ferguson (1989) and the second by Andrew Merrylees, Grierson & Robertson (1995). Smoke extract and fire damper systems were installed as part of the original build for both phases. Smoke extract system In 2002, qualified consultants were commissioned to to review the smoke extract system within Causewayside. This identified a number of significant issues, with recommended upgrade works. A further review of the smoke control system was carried out in 2015 which concluded that it was inadequate and could lead to difficulties fighting a fire / loss of the collection. A reassessment of the smoke control system was carried out in 2016. This resulted in a smoke extract strategy report with recommendations for major remedial works. Following which design consultants were commissioned to produce a concept design for a replacement smoke management installation. In 2019 an smoke management options report that examined options to provide the property with a functional and effective smoke management system. In 2021 a full design team were appointed to develop the design to RIBA Stage 4 Technical Design. Fire damper system In 2021 a review of the ventilation and fire damper review concluded that the fire dampers were beyond their service life (10 yrs.) and that the maintenance & testing regime was inadequate because many were inaccessible, and they had to be manually tested. It recommended that all were replaced, and the replacement should be of a motorised actuator type. In 2021 a full design team were appointed to develop the design to RIBA Stage 4 Technical Design. The building will be operational during the works and the collections will remain in-situ. As a result, possession will be given to the Contractor floor by floor starting from the roof. 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 smoke extract installation, Detailed design for opening and upstands, forms roof opening and upstands (inc. all weather proofing), Detailed design for louvres, remove existing cladding panels, installs louvres into the cladding (inc. all weather proofing), The fire damper installation. Additional information: Form of Contract - 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. ITT Legal Appendix guidance -Tenderers may propose changes to the draft legal documents, which may be considered by the Library.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality Schedule -Technical Response",
"type": "quality",
"description": "60"
},
{
"name": "Pricing - Commercial Response",
"type": "cost",
"description": "40"
}
]
},
"value": {
"amount": 5500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45214000",
"description": "Construction work for buildings relating to education and research"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45350000",
"description": "Mechanical installations"
},
{
"scheme": "CPV",
"id": "45351000",
"description": "Mechanical engineering installation works"
},
{
"scheme": "CPV",
"id": "45315000",
"description": "Electrical installation work of heating and other electrical building-equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "National Library of Scotland Causewayside Edinburgh EH9 1SL"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-05-01T00:00:00+01:00",
"atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Please see SPD module and guidance contained therein.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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": "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. 485a - Professional Indemnity Insurance 2,000,000 GBP 4B5b - Employers (Compulsory) Liability Insurance- 10,000,000 GBP 485c - Public / Product Liability Insurance - 5,000,000 GBP 485d - Contractors all risk Insurance - 5,000,000 GBP",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Any conditions to be detailed in the Tender Documents. Community Benefits will apply to this tender.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2023-09-12T11:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2023-09-12T11:00:00+01:00"
},
"bidOpening": {
"date": "2023-09-12T11:00:00+01:00",
"address": {
"streetAddress": "PCS Electronic Portal - Electronic Postbox"
},
"description": "Procurement & Contracts Team at National Library of Scotland, Edinburgh EH1 1EW"
},
"hasRecurrence": false,
"reviewDetails": "The Library will incorporate a minimum of 10 calendar days standstill period at the point of which information on the decision to award the contract is communicated to tenderers (the standstill notification). An economic operator that suffers , or risk suffering , loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session after informing the Library of its intention.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-09-12T11:00:00+01:00"
},
"newValue": {
"date": "2023-09-19T11:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2023-09-12T11:00:00+01:00"
},
"newValue": {
"date": "2023-09-19T11:00:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "In response to recent requests the tender return date has been extended by 7 days"
}
]
},
"parties": [
{
"id": "GB-FTS-9417",
"name": "National Library of Scotland",
"identifier": {
"legalName": "National Library of Scotland"
},
"address": {
"streetAddress": "George IV Bridge",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH1 1EW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Linda macmillan",
"telephone": "+44 1316233700",
"email": "l.macmillan@nls.uk",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nls.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11622",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "08",
"description": "Recreation, culture and religion"
}
]
}
},
{
"id": "GB-FTS-88194",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House , 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1312252525"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
}
}
],
"buyer": {
"id": "GB-FTS-9417",
"name": "National Library of Scotland"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000737426"
}
],
"language": "en",
"awards": [
{
"id": "033229-2023-2022.23.072-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}