Notice Information
Notice Title
New Falkirk Campus - Main Design and Build Contractor
Notice Description
Forth Valley College ('the College') is seeking to appoint a single stage Design and Build Main Contractor ('Contractor') who will take on full responsibility for the New Falkirk Campus, including checking and completing the design and constructing the new Campus of approximately 20, 263m2. The Construction phase is expected to be completed in a 23 month period, up until mid-August 2019, with the occupation of the building by the College no later than October 2019.
Lot Information
Lot 1
This is a Contract Award Notice - please refer to the Contract Notice for the detailed description of the procurement. A short description is provided in II.1.4 above.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000466370
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298551
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award 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
45200000 - Works for complete or part construction and civil engineering work
45210000 - Building construction work
45214000 - Construction work for buildings relating to education and research
45214300 - Construction work for college buildings
45214310 - Vocational college construction work
45214320 - Technical college construction work
45214500 - Construction work for buildings of further education
45220000 - Engineering works and construction works
Notice Value(s)
- Tender Value
- £58,000,000 £10M-£100M
- Lots Value
- £58,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Oct 20178 years ago
- Submission Deadline
- 30 Jan 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 11 Oct 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FORTH VALLEY COLLEGE
- Contact Name
- Paul Johnstone
- Contact Email
- paul.johnstone@forthvalley.ac.uk
- Contact Phone
- +44 1324-403106, +44 1324403106
Buyer Location
- Locality
- FALKIRK
- Postcode
- FK2 9AD
- Post Town
- Falkirk and Stirling
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM12 Falkirk
- Delivery Location
- TLM76 Falkirk
-
- Local Authority
- Falkirk
- Electoral Ward
- Falkirk North
- Westminster Constituency
- Falkirk
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC266505
New Falkirk Campus - Main Design and Build Contractor - Forth Valley College ('the College') is seeking to appoint a single stage Design and Build Main Contractor ('Contractor') who will take on full responsibility for the New Falkirk Campus, including checking and completing the design and constructing the new Campus of approximately 20, 263m2. The Construction phase is expected to be completed in a 23 month period, up until mid-August 2019, with the occupation of the building by the College no later than October 2019. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298551
New Falkirk Campus - Main Design and Build Contractor - Forth Valley College ('the College') is seeking to appoint a single stage Design and Build Main Contractor ('Contractor') who will take on full responsibility for the New Falkirk Campus, including checking and completing the design and constructing the new Campus of approximately 20, 263m2. The Construction phase is expected to be completed in a 23 month period, up until mid-August 2019, with the occupation of the building by the College no later than October 2019.
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-r6ebe6-0000466370-2017-10-16T00:00:00Z",
"date": "2017-10-16T00:00:00Z",
"ocid": "ocds-r6ebe6-0000466370",
"initiationType": "tender",
"parties": [
{
"id": "org-69",
"name": "Forth Valley College",
"identifier": {
"legalName": "Forth Valley College"
},
"address": {
"streetAddress": "Grangemouth Road",
"locality": "Falkirk",
"region": "UKM26",
"postalCode": "FK2 9AD"
},
"contactPoint": {
"name": "Paul Johnstone",
"email": "paul.johnstone@forthvalley.ac.uk",
"telephone": "+44 1324-403106",
"faxNumber": "+44 1324-403222",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.forthvalley.ac.uk"
}
},
{
"id": "org-41",
"name": "Forth Valley College",
"identifier": {
"legalName": "Forth Valley College"
},
"address": {
"streetAddress": "Grangemouth Road",
"locality": "Falkirk",
"region": "UKM76",
"postalCode": "FK2 9AD"
},
"contactPoint": {
"name": "Paul Johnstone",
"email": "paul.johnstone@forthvalley.ac.uk",
"telephone": "+44 1324403106",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.forthvalley.ac.uk"
}
}
],
"buyer": {
"name": "Forth Valley College",
"id": "org-41"
},
"tender": {
"id": "NFC-001",
"title": "New Falkirk Campus - Main Design and Build Contractor",
"description": "Forth Valley College ('the College') is seeking to appoint a single stage Design and Build Main Contractor ('Contractor') who will take on full responsibility for the New Falkirk Campus, including checking and completing the design and constructing the new Campus of approximately 20, 263m2. The Construction phase is expected to be completed in a 23 month period, up until mid-August 2019, with the occupation of the building by the College no later than October 2019.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45200000",
"scheme": "CPV"
},
{
"id": "45210000",
"scheme": "CPV"
},
{
"id": "45214000",
"scheme": "CPV"
},
{
"id": "45214300",
"scheme": "CPV"
},
{
"id": "45214310",
"scheme": "CPV"
},
{
"id": "45214320",
"scheme": "CPV"
},
{
"id": "45214500",
"scheme": "CPV"
},
{
"id": "45220000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Falkirk"
},
"deliveryAddresses": [
{
"region": "UKM26"
},
{
"region": "UKM76"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 58000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-01-30T17:00:00Z"
},
"documents": [
{
"id": "DEC266505",
"documentType": "contractNotice",
"title": "New Falkirk Campus - Main Design and Build Contractor",
"description": "Forth Valley College ('the College') is seeking to appoint a single stage Design and Build Main Contractor ('Contractor') who will take on full responsibility for the New Falkirk Campus, including checking and completing the design and constructing the new Campus of approximately 20, 263m2. The Construction phase is expected to be completed in a 23 month period, up until mid-August 2019, with the occupation of the building by the College no later than October 2019.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC266505",
"format": "text/html"
},
{
"id": "OCT298551",
"documentType": "awardNotice",
"title": "New Falkirk Campus - Main Design and Build Contractor",
"description": "Forth Valley College ('the College') is seeking to appoint a single stage Design and Build Main Contractor ('Contractor') who will take on full responsibility for the New Falkirk Campus, including checking and completing the design and constructing the new Campus of approximately 20, 263m2. The Construction phase is expected to be completed in a 23 month period, up until mid-August 2019, with the occupation of the building by the College no later than October 2019.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298551",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "This is a Contract Award Notice - please refer to the Contract Notice for the detailed description of the procurement. A short description is provided in II.1.4 above.",
"status": "complete",
"value": {
"amount": 58000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restricted Procedure. It is critical that bidders read Section III 1.1, III 1.2 and III 1.3 and Section VI.3 of this Contract Notice and the links to the relevant Parts and Sections of the ESPD (Scotland) to understand the requirements of this Contract. ESPD submissions shall be evaluated in the following way: -Questions within Part III (all Sections) and Part IV (Sections A, B and D) are minimum standards and will be evaluated on a pass/fail basis. -Questions within Part IV Section C (Professional and Technical Ability) have been allocated an individual weighting. The individual weightings allocated to each question are as follows: Q4C.1 - 90% (Example 1 - 30%; Example 2 - 30%; Example 3 - 30%) Q4C.4 - 10% All questions will be objectively evaluated using the following methodology: 0 - Poor/Unacceptable 1 - Satisfactory 2 - Good 3 - Very Good 4 - Excellent Bidders should note that bespoke definitions of the 0-4 methodology have been created for questions 4C.1 and 4C.4. These definitions are contained within Section 3 of the Instructions to Bidders document and bidders are expected to have understood this prior to submitting their ESPD responses. The Instructions to Bidders document can be found within Public Contracts Scotland-Tender (PCS-T) and via the following link https://www.forthvalley.ac.uk/about-us/media-centre/new-falkirk-campus/ Bidders will be allocated a percentage score for each question, from which a total score will be awarded. The five bidders with the highest percentage will be shortlisted and invited to tender stage, subject to 5 bidders meeting the stated minimum requirements."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 690
},
"hasRenewal": false
}
],
"contractTerms": {
"performanceTerms": "Form of Contract is SBCC Design and Build 2011 Edition, inc. Amendment No.1, March 2015 (CDM Regulations) with bespoke amendments The Contract will be amended to require the Contractor to take full design responsibility No Collateral Warranties will be given by the client team to the Contractor. The Main Contractor shall provide all collateral warranties to the Client in an agreed form including Piling, Structural Steelwork, Mechanical, Electrical and Public Health, Installations and Roofing Where the party to the contract is a subsidiary of a Group of companies, the Parent Company will be required to provide a Parent Company Guarantee. A Performance Bond will be required Retention of 3% of the contract sum will be retained by the College for a period of 23 months, and this will reduce to 1.5% for the 12 months after. A \"not to exceed\" monthly financial payment drawdown for the Works will be agreed between the College and the Contractor prior to the commencement of the Contract."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-04-03T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "This refers to ESPD (Scotland) Part IV Question 4A.1: In the UK this condition is satisfied by registration with Companies House or a declaration on oath that the candidate is carrying on business in the trade in question in the UK at a specific place of business and under a given business name. Where a consortium is proposed, this requirement applies to each member of the consortium. By bidding as a consortium, bidders accept that each member of the consortium will accept joint and several liability for performance of the Contract and, where paragraph 4.4 of the Specification of Requirements in the Instructions to Bidders document applies, parent company guarantees will be required from each member of the consortium guaranteeing the performance of the whole contract."
},
{
"type": "economic",
"description": "This refers to ESPD (Scotland) Part IV, Section B: Q4B.1: Bidders will be required to have a minimum \"general\" yearly turnover of 116,000,000 GBP for each of the last 3 years. Q4B.2: Bidders will be required to have a minimum \"specific\" yearly turnover of 116,000,000 GBP for each of the last 3 years in the business area covered by the contract. Q4B.5: 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: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Public Liability Insurance = 50,000,000 GBP (uncapped) Professional Indemnity Insurance = 10,000,000 GBP (each and every loss) Contractors All Risk Insurance = 100,000,000 GBP* http://www.hse.gov.uk/pubns/hse40.pdf *In regards to Contractors All Risk insurance, it should be noted that bidders who are shortlisted to be invited to tender shall be required to include a priced option for Contractors All Risk insurance to the level of 100,000,000 GBP, however the College may at its own discretion opt instead to take out an Owner Controlled Insurance Programme (OCIP).* Q4B.6 Bidders will be required to provide 3 years audited accounts or equivalent when requested at the Request for Documentation stage prior to the confirmation by the College of the shortlisted bidders for ITT. The College will review the audited financial statements provided by bidders to determine whether bidders are capable of carrying out any subsequent awarded contract. If required, the College shall issue clarification questions to bidders seeking additional information in relation to areas highlighted as part of its review. The College reserves the right to request clarification from any bidder in relation to post balance sheet events and ability to meet ongoing borrowing obligations (if relevant). In the event that analysis of a bidder's financial position determines that additional measures are necessary in order to provide adequate assurance of that bidder's financial strength, that bidder may or may not be required to provide additional guarantees. If such additional measures are not suitable or cannot be provided by the bidder then the College reserves the right to disqualify the bidder."
},
{
"type": "technical",
"description": "Q4C.1 (90% - each example worth 30% each) Bidders, or, where relevant consortium/joint venture members will be required to provide three (3) examples of works carried out in the past five (5) years that demonstrate that they have the relevant experience in delivering works of a similar scale and complexity as described in this Instructions to Bidders and Part II.2.4 of the OJEU Contract Notice. All answers must detail each of the points contained under Criteria A (please refer to Section 3 of the Instructions to Bidders document for full detail). In addition, answers to each example should also address as many of the questions contained under Criteria B (please refer to Section 3 of the Instructions to Bidders document for full detail) as possible. Higher marks will be awarded to answers which refer to more questions under Criteria B and can also clearly demonstrate relevance in the context of the College's requirements. Example projects should relate to a single construction, that is a single building not a number of individual buildings within a project, and should be accommodation projects only. Example projects should also (i) have a value of GBP40million or above and (ii) involve learning environments within the Further Education, Higher Education or Secondary Education sectors. Where examples are provided which meet only one of the requirements set out at (i) and (ii) but can demonstrate some relevance in other ways to the requirements described within this Instructions to Bidders document and OJEU Contract Notice, these will be considered in accordance with the scoring methodology set out below. NOTE TO BIDDERS - PLEASE REFER TO SECTION 3 OF THE INSTRUCTIONS TO BIDDERS DOCUMENT FOR DETAILS OF THE SPECIFIC CRITERIA THAT RESPONSES MUST AND SHOULD ADDRESS. Each example should be based upon a different project. Bidders should provide full contact details of the key client contact for each example provided. The College may at its own discretion, prior to concluding the selection process, contact any references and/or undertake a site visit to certify the accuracy of the information provided. Q4C.4 - (10%) Bidders will be required to demonstrate the relevant supply chain management systems used in similar contracts including but not limited to: -Approach to the Selection of sub-contractors and supply chain partners, ensuring that they hold the necessary capacity and capability to meet the requirements of the client and contract, including all environmental, social and economic considerations, including legislative and regulatory requirements -Management of sub-contractors/supply chain partners performance in the delivery of the contract to ensure key programme dates are met, including use of performance management processes such as KPI's and addressing any performance issues -Dispute Resolution processes in relation to both the client and sub-contractors/supply chain partners -Prompt Payment of sub-contractors and all supply chain partners, in accordance with relevant legislation -Approach to encouraging fair working practices within their own organisation and throughout the supply chain Bidders should provide evidence to support their responses, including details of the client and contract. Bidders should note that their responses to all questions (including all responses to Q4C.1 and Q4C.4), each response should be limited to 6 sides of A4 using Arial Font 12 point. Answers must be fully legible, if the College team is unable to read responses clearly then they reserve the right to award a lower score to any such response."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "45000000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "This is a Contract Award Notice for the award of NFC-001 Main Design and Build Contractor. (SC Ref:512071)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000466370"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000466370"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "NFC-001",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "NFC-001",
"awardID": "NFC-001",
"status": "active",
"dateSigned": "2017-10-11T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2016/S 241-438748"
}
]
}