Notice Information
Notice Title
HWU1700 Library Interim Upgrade Main Contractor
Notice Description
The first phase of the Cameron Smail Library was built in 1974, later phase being completed in 1987. The design is based on large open plan floor plates with a central core for books and perimeter study spaces. The building's construction comprises generally of an in-situ reinforced concrete frame supported on pad foundations. The building is clad in non-loadbearing brickwork with large single-glazed panels to the west, north and east facades and more limited glazing to the southern aspect. The project involves refurbishment of the existing building internally throughout. External works consist of the replacement of all windows and an improved entrance area. The construction works will be carried out over five phases, with the Library remaining live - and open 24/7 - throughout the duration of the works. Full strip out and replacement of mechanical and electrical services is included, however, central plant equipment will be retained and reused.
Lot Information
Lot 1
The first phase of the Cameron Smail Library was built in 1974, later phase being completed in 1987. The design is based on large open plan floor plates with a central core for books and perimeter study spaces. The building's construction comprises generally of an in-situ reinforced concrete frame supported on pad foundations. The building is clad in non-loadbearing brickwork with large single-glazed panels to the west, north and east facades and more limited glazing to the southern aspect. The project involves refurbishment of the existing building internally throughout. External works consist of the replacement of all windows and an improved entrance area. The construction works will be carried out over five phases, with the Library remaining live - and open 24/7 - throughout the duration of the works. Full strip out and replacement of mechanical and electrical services is included, however, central plant equipment will be retained and reused. The contract will be let as a Design & Build Contract, with the Design Team being novated to the successful Main Contractor. The current indicative proposals can be viewed within 'Project Documentation - Appendix C (i - viii)' in the PCS-T portal. These are issued for the sole purpose of providing the scale of the works. Detailed consultation and project details have yet to be concluded and will be provided to pre-qualified candidates in 'Stage 2 - Invitation to Tender (ITT)'.. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000478100
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP295443
- 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
45210000 - Building construction work
45214000 - Construction work for buildings relating to education and research
45214400 - Construction work for university buildings
Notice Value(s)
- Tender Value
- £4,000,000 £1M-£10M
- Lots Value
- £4,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Sep 20178 years ago
- Submission Deadline
- 17 Feb 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Aug 20178 years ago
- Contract Period
- 20 Jun 2017 - 1 Jul 2019 2-3 years
- 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
- HERIOT WATT UNIVERSITY
- Contact Name
- Not specified
- Contact Email
- r.g.kinghorn@hw.ac.uk, victoria.kulczycki@hw.ac.uk
- Contact Phone
- +44 1314513702, +44 1314513704
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH14 4AS
- 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
- Pentland Hills
- Westminster Constituency
- Edinburgh South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN270155
HWU1700 Library Interim Upgrade Main Contractor - The first phase of the Cameron Smail Library was built in 1974, later phase being completed in 1987. The design is based on large open plan floor plates with a central core for books and perimeter study spaces. The building's construction comprises generally of an in-situ reinforced concrete frame supported on pad foundations. The building is clad in non-loadbearing brickwork with large single-glazed panels to the west, north and east facades and more limited glazing to the southern aspect. The project involves refurbishment of the existing building internally throughout. External works consist of the replacement of all windows and an improved entrance area. The construction works will be carried out over five phases, with the Library remaining live - and open 24/7 - throughout the duration of the works. Full strip out and replacement of mechanical and electrical services is included, however, central plant equipment will be retained and reused. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP295443
HWU1700 Library Interim Upgrade Main Contractor - The first phase of the Cameron Smail Library was built in 1974, later phase being completed in 1987. The design is based on large open plan floor plates with a central core for books and perimeter study spaces. The building's construction comprises generally of an in-situ reinforced concrete frame supported on pad foundations. The building is clad in non-loadbearing brickwork with large single-glazed panels to the west, north and east facades and more limited glazing to the southern aspect. The project involves refurbishment of the existing building internally throughout. External works consist of the replacement of all windows and an improved entrance area. The construction works will be carried out over five phases, with the Library remaining live - and open 24/7 - throughout the duration of the works. Full strip out and replacement of mechanical and electrical services is included, however, central plant equipment will be retained and reused.
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-r6ebe6-0000478100-2017-09-13T00:00:00Z",
"date": "2017-09-13T00:00:00Z",
"ocid": "ocds-r6ebe6-0000478100",
"initiationType": "tender",
"parties": [
{
"id": "org-32",
"name": "Heriot Watt University",
"identifier": {
"legalName": "Heriot Watt University"
},
"address": {
"streetAddress": "Procurement Services, Riccarton",
"locality": "EDINBURGH",
"region": "UKM25",
"postalCode": "EH14 4AS"
},
"contactPoint": {
"email": "R.G.Kinghorn@hw.ac.uk",
"telephone": "+44 1314513704",
"faxNumber": "+44 1314513119",
"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://intranet.hw.ac.uk/ps/gls/procurement/Pages/default.aspx"
}
},
{
"id": "org-46",
"name": "Heriot Watt University",
"identifier": {
"legalName": "Heriot Watt University"
},
"address": {
"streetAddress": "Procurement Services, Riccarton",
"locality": "EDINBURGH",
"region": "UKM75",
"postalCode": "EH14 4AS"
},
"contactPoint": {
"email": "victoria.kulczycki@hw.ac.uk",
"telephone": "+44 1314513702",
"faxNumber": "+44 1314513119",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "https://www.hw.ac.uk/"
}
}
],
"buyer": {
"name": "Heriot Watt University",
"id": "org-46"
},
"tender": {
"id": "HWU1700",
"title": "HWU1700 Library Interim Upgrade Main Contractor",
"description": "The first phase of the Cameron Smail Library was built in 1974, later phase being completed in 1987. The design is based on large open plan floor plates with a central core for books and perimeter study spaces. The building's construction comprises generally of an in-situ reinforced concrete frame supported on pad foundations. The building is clad in non-loadbearing brickwork with large single-glazed panels to the west, north and east facades and more limited glazing to the southern aspect. The project involves refurbishment of the existing building internally throughout. External works consist of the replacement of all windows and an improved entrance area. The construction works will be carried out over five phases, with the Library remaining live - and open 24/7 - throughout the duration of the works. Full strip out and replacement of mechanical and electrical services is included, however, central plant equipment will be retained and reused.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45214000",
"scheme": "CPV"
},
{
"id": "45214400",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Riccarton Campus"
},
"deliveryAddresses": [
{
"region": "UKM25"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 4000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2017-02-17T12:00:00Z"
},
"documents": [
{
"id": "JAN270155",
"documentType": "contractNotice",
"title": "HWU1700 Library Interim Upgrade Main Contractor",
"description": "The first phase of the Cameron Smail Library was built in 1974, later phase being completed in 1987. The design is based on large open plan floor plates with a central core for books and perimeter study spaces. The building's construction comprises generally of an in-situ reinforced concrete frame supported on pad foundations. The building is clad in non-loadbearing brickwork with large single-glazed panels to the west, north and east facades and more limited glazing to the southern aspect. The project involves refurbishment of the existing building internally throughout. External works consist of the replacement of all windows and an improved entrance area. The construction works will be carried out over five phases, with the Library remaining live - and open 24/7 - throughout the duration of the works. Full strip out and replacement of mechanical and electrical services is included, however, central plant equipment will be retained and reused.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN270155",
"format": "text/html"
},
{
"id": "SEP295443",
"documentType": "awardNotice",
"title": "HWU1700 Library Interim Upgrade Main Contractor",
"description": "The first phase of the Cameron Smail Library was built in 1974, later phase being completed in 1987. The design is based on large open plan floor plates with a central core for books and perimeter study spaces. The building's construction comprises generally of an in-situ reinforced concrete frame supported on pad foundations. The building is clad in non-loadbearing brickwork with large single-glazed panels to the west, north and east facades and more limited glazing to the southern aspect. The project involves refurbishment of the existing building internally throughout. External works consist of the replacement of all windows and an improved entrance area. The construction works will be carried out over five phases, with the Library remaining live - and open 24/7 - throughout the duration of the works. Full strip out and replacement of mechanical and electrical services is included, however, central plant equipment will be retained and reused.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP295443",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The first phase of the Cameron Smail Library was built in 1974, later phase being completed in 1987. The design is based on large open plan floor plates with a central core for books and perimeter study spaces. The building's construction comprises generally of an in-situ reinforced concrete frame supported on pad foundations. The building is clad in non-loadbearing brickwork with large single-glazed panels to the west, north and east facades and more limited glazing to the southern aspect. The project involves refurbishment of the existing building internally throughout. External works consist of the replacement of all windows and an improved entrance area. The construction works will be carried out over five phases, with the Library remaining live - and open 24/7 - throughout the duration of the works. Full strip out and replacement of mechanical and electrical services is included, however, central plant equipment will be retained and reused. The contract will be let as a Design & Build Contract, with the Design Team being novated to the successful Main Contractor. The current indicative proposals can be viewed within 'Project Documentation - Appendix C (i - viii)' in the PCS-T portal. These are issued for the sole purpose of providing the scale of the works. Detailed consultation and project details have yet to be concluded and will be provided to pre-qualified candidates in 'Stage 2 - Invitation to Tender (ITT)'.. 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.",
"status": "complete",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 6
},
"selectionCriteria": {
"description": "Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). Statements detailing the specific requirements can be found within the relevant sections of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed. The anticipated minimum number of bidders to be taken through is 6. ESPD Section 4 'C: Technical and Professional Ability' Question Scoring Methodology: 100 - Value Add: The Tenderer has provided a strong methodology addressing all the key points requested and has also provided detail of relevant value add that they can provide. 75 - Good: The Tenderer response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provide details on how the requirements will be fulfilled. 50 - Acceptable: The Tenderer has provided an acceptable methodology addressing most of the key points listed above in detail OR the Tenderer has provided all the key points listed above but lacks detail in answering the question fully. The response provides confidence that the requirements can be met. 25 - Minor Concerns: The Tenderer has provided a methodology addressing some of the key points listed above in detail OR the Tenderer has provided most of the key points listed above but lacks detail. The response provided does not provide confidence fully that the requirements can be met. 0 - Major Concerns: The Tenderer has failed to address the question, submitted a nil response or any element of the response gives cause for major concern."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2017-06-20T00:00:00Z",
"endDate": "2019-07-01T00:00:00Z"
},
"hasRenewal": false
}
],
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Contractors must provide management information when requested by the University throughout the life of the Contract."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-04-10T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Please refer to this statement when completing section 4A of the ESPD (Scotland): Statement for 4A.1: 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 this procurement, this includes a requirement for all on site staff to be accredited under the Construction Skills Certificate Scheme (CSCS) or equivalent."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum \"general\" yearly turnover, stated below. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below (http://www.hse.gov.uk/pubns/hse40.pdf). The successful Contractor will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Contractor's economic and financial standing.",
"minimum": "Bidders will be required to have a minimum \"general\" yearly turnover of 8,000,000 GBP for the last 2 years. Bidders will be required to have the following types and levels of insurances: Employer's (Compulsory) Liability Insurance* = 5,000,000 GBP Product Liability Insurance = 5,000,000 GBP Professional Indemnity Insurance = 5,000,000 GBP Public Liability Insurance = 10,000,000 GBP"
},
{
"type": "technical",
"description": "Please refer to these statements when completing section 4C of the ESPD (Scotland). Selection Question Weighting and Statements: 4C.1. (Question Weighting 40%). Bidders will be required to provide three examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice and provided project documentation. Examples should include the following: - Project name - Contract type - Project value - Project description, including size - A named client referee - Colour Images of the Interior and Exterior Ideal examples will be of similar scope, type and complexity as the subject of this project and have been delivered for an HE/FE Sector Client in a phased manner within a live building environment, as well as delivered under the same contract type (Design & Build contract). 4C.2. (Question Weighting 10%). Bidders will be required to confirm details of the professional and technical skills and resources they can call upon, especially those responsible for quality control. Response should include key staff CV's of proposed team, and ideally those responsible for delivery of example projects. 4C.2.1. (Question Weighting 3%). Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 4C.3. (Question Weighting 3%). Bidders will be required to demonstrate that they have (or have access to) the appropriate facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice and provided project documentation [Appendix C - Project Documentation (i - viii) found within PCS-T]. 4C.4. (Question Weighting 3%). Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice and provided project documentation [Appendix C - Project Documentation (i - viii) found within PCS-T]. 4C.5. (Question Weighting 5%). Bidders will be required to confirm that they will allow checks to be conducted on their production and technical capacities and on the quality control measures employed. 4C.6. (Question Weighting 7%). Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications or their equivalents: - CHAS - Considerate Constructors - CIBSE for Electrical Contractor - ASHRAE for Mechanical Contractor 4C.6.1. (Question Weighting 7%). Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications or their equivalents: - CSCS Managerial card - SMSTS - Asbestos Awareness - MCIOB (preferred) 4C.7. (Question Weighting 3%). Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: ISO14001 Certification of Environmental Management or equivalent. 4C.8.1. (Question Weighting 5%). Bidders will be required to confirm their average annual manpower for the last three years. 4C.8.2. (Question Weighting 5%). Bidders will be required to confirm their and the number of managerial staff for the last three years. 4C.9. (Question Weighting 5%). Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice and provided project documentation [Appendix C - Project Documentation (i - viii) found within PCS-T]. 4C.10. (Question Weighting 4%). Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "45210000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Statements - ESPD Section 4D (Statement 1)4D.1 Quality Management Procedures 1.Bidder must hold a UKAS(or equiv) accredited independent 3rd party certificate of compliance in accordance with BSENISO9001 or equiv - OR - 2.Bidder must have a documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Exec or equiv. and is periodically reviewed at a sr. management level. The policy must be relevant to the nature & scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. (Statement 2)4D.1 H&S Safety Procedures 3.Bidder must hold a UKAS(or equiv) accredited independent 3rd party certificate of compliance in accordance with BSOHSAS18001 or equiv. or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement forum - OR - 4a.Bidder must have a regularly reviewed and documented policy for H&S management, endorsed by the Chief Exec Officer, or equiv. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of H&S management & compliance with legislation NB: Organisations with fewer than 5 employees are not required by law to have a documented policy statement 4D.2 1.Bidder must hold a UKAS(or equiv) accredited independent third party certificate of compliance with BSENISO14001 or equiv. or a valid EMAS or equiv. certificate - OR - 2.Bidder must have a regularly reviewed documented policy regarding environmental management, authorised by the Chief Exec, or equiv. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (ie hazardous substances spill control) University will require the successful Contractor to provide a performance bond of 10% of the contract value University may require the successful Contractor to use Project Bank Accounts as the sole method of payment to subcontractors during the contract period In Stage 2 Bidders will be asked to confirm that they are in a position to submit Form of Tender, Freedom of Info, Bona Fide Tender, Parent Company Guarantee & SC Code of Conduct prior to award. They are not scored In Stage 2 the successful Contractor must confirm they comply with Modern Slavery Act 2015 Where the capability & capacity of a subcontractor, members of a consortia or any other body will be relied on to meet the selection criteria, separate ESPD are required from each of those other parties relied on. Where subcontractors are to be used but their capability & capacity are not relied on, University may choose to request separate ESPD (SC Ref:511693)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000478100"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000478100"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "HWU1700",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "HWU1700",
"awardID": "HWU1700",
"status": "active",
"dateSigned": "2017-08-21T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 014-020882"
}
],
"bids": {
"statistics": [
{
"id": "13",
"measure": "lowestValidBidValue",
"value": 4454931
},
{
"id": "14",
"measure": "highestValidBidValue",
"value": 5620020
}
]
}
}