Notice Information
Notice Title
Peffer Place Business Park
Notice Description
The City of Edinburgh Council requires the construction of 27 new-build light industrial buildings within the Craigmillar area of Edinburgh. These units are being built to create much needed rental accommodation to help support local businesses and start-ups.
Lot Information
Lot 1
The City of Edinburgh Council requires the construction of 27 new-build light industrial buildings within the Craigmillar area of Edinburgh. These units are being built to create much needed rental accommodation to help support local businesses and start-ups. The project brief was developed with The Council's Estates team to match a similar project that was completed in 2017. The brief allows for a basic unit to be created that tenants can use as is or look to fit-out to suit their own individual needs. The units have been designed to allow for the following: Open plan main space Formation of accessible WC Allowance in drainage for installation of tea prep/kitchenette Sectional overhead roller shutter and entrance/escape doors as appropriate The units have been developed with infrastructure to allow future installation of the following: ASHP (or equivalent) Ventilation Unit Additional PV
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-041b5f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028080-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45210000 - Building construction work
45211350 - Multi-functional buildings construction work
45213100 - Construction work for commercial buildings
45213200 - Construction work for warehouses and industrial buildings
45213250 - Construction work for industrial buildings
45213251 - Industrial units construction work
Notice Value(s)
- Tender Value
- £8,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Sep 20241 years ago
- Submission Deadline
- 20 Dec 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Sep 20241 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
- THE CITY OF EDINBURGH COUNCIL
- Contact Name
- Callum Ewan
- Contact Email
- callum.ewan@edinburgh.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH8 8BG
- 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
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-041b5f-2024-09-03T11:14:39+01:00",
"date": "2024-09-03T11:14:39+01:00",
"ocid": "ocds-h6vhtk-041b5f",
"description": "(SC Ref:776999)",
"initiationType": "tender",
"tender": {
"id": "CT1308",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Peffer Place Business Park",
"status": "cancelled",
"classification": {
"scheme": "CPV",
"id": "45213200",
"description": "Construction work for warehouses and industrial buildings"
},
"mainProcurementCategory": "works",
"description": "The City of Edinburgh Council requires the construction of 27 new-build light industrial buildings within the Craigmillar area of Edinburgh. These units are being built to create much needed rental accommodation to help support local businesses and start-ups.",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The City of Edinburgh Council requires the construction of 27 new-build light industrial buildings within the Craigmillar area of Edinburgh. These units are being built to create much needed rental accommodation to help support local businesses and start-ups. The project brief was developed with The Council's Estates team to match a similar project that was completed in 2017. The brief allows for a basic unit to be created that tenants can use as is or look to fit-out to suit their own individual needs. The units have been designed to allow for the following: Open plan main space Formation of accessible WC Allowance in drainage for installation of tea prep/kitchenette Sectional overhead roller shutter and entrance/escape doors as appropriate The units have been developed with infrastructure to allow future installation of the following: ASHP (or equivalent) Ventilation Unit Additional PV",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Please find details within the Single Procurement Document (SPD) Instruction Document"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45211350",
"description": "Multi-functional buildings construction work"
},
{
"scheme": "CPV",
"id": "45213100",
"description": "Construction work for commercial buildings"
},
{
"scheme": "CPV",
"id": "45213200",
"description": "Construction work for warehouses and industrial buildings"
},
{
"scheme": "CPV",
"id": "45213250",
"description": "Construction work for industrial buildings"
},
{
"scheme": "CPV",
"id": "45213251",
"description": "Industrial units construction work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Part 3: Section A, B, C & D - 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. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 26.5m GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: Current ratio for Current Year: 1.20 Current ratio for Prior Year: 1.20 The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20. Where a Tenderers' current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: - a. Employers (Compulsory) Liability Insurance - 10m GBP - b. Public Liability Insurance - 10m GBP - c. Professional Indemnity - 10m GBP Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition. All insurance requirements shall be finalised at Stage 2.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Part 4: Selection Criteria - Technical and Professional Ability - Question 4C.1 Question 1 - 50% Please provide one case study that demonstrates your organisation's experience of delivering a project of similar scope and size as the Peffer Place Business Park project. The case study must be for projects which are complete and have been completed within the last 5 years. The information you provide within your case study, must cover the following areas: - A description of the works delivered; - Customer details, contract value and dates, project delivery team structure; - Details of any significant increases to budget or delays in programme in delivering the contract, including how issues were resolved to client satisfaction and what, if any, measures have been put in place within your organisation to avoid such occurrences in future projects; - Provide quality management process and procedures used; and - Added value delivered as part of the project, specifically, environmental initiatives, value engineering and community benefits. Higher marks shall be awarded to responses which fully address the points stated above in turn and evidence experience of successful delivery of a project of similar size and scope. Your response is limited to 3 A4 pages, excluding images and diagrams. Question 2- 50% Please provide a statement which must detail the following: - A brief overview of your organisation and a company Organogram detailing reporting lines; - A summary of the skills, educational qualifications and professional qualifications of both your operations and tradespeople which contribute to the successful delivery of projects of a similar scale, complexity and nature as the Peffer Place Business Park project; - Details of any membership of a professional or trade body, independent certification under ISO 9001 or equivalent scheme and any internal/external Quality Management System that is in place within your organisation; - Details of any element of work that would be sub-contracted, with details of the sub-contractor's skills, educational qualifications and professional qualifications provided. Otherwise, please provide the criteria you will be assessing when appointing these sub-contractors; - Details of your organisation's experience of working within a site containing an existing tenant, working in close proximity to this active business and on a site with a live building. Please also detail what your approach was to liaising with this tenant to mitigate any potential unhappiness from the tenant and ensuring that their business could continue to be operational during the project; and - Details of Health and Safety management procedures of your organisation and record of following in past 5 years; accident, near misses, reportable incidences, improvement notices and prohibition notices. Higher marks shall be awarded to responses which demonstrate a high level of competency within your organisation and commitment to quality within your organisation and wider supply chain. Your response is limited to 2 A4 pages, excluding images and diagrams. CONTRACT SPECIFIC MANDATORY CRITERIA Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Tenderers should confirm that this condition has been met within the response to this question. Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-12-20T12:00:00Z"
},
"secondStage": {
"invitationDate": "2024-01-12T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into."
},
"parties": [
{
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Callum Ewan",
"email": "callum.ewan@edinburgh.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.edinburgh.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-5024",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000750280"
}
],
"language": "en",
"awards": [
{
"id": "028080-2024-CT1308-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}