Notice Information
Notice Title
EC0814 Main Contractor for Wellbeing Centre
Notice Description
The University of Edinburgh wishes to appoint a Main Contractor to construct a new Health & Wellbeing Centre at 7 Bristo Square. Existing teaching space accommodation is to be reconfigured and repurposed to create the new Centre.
Lot Information
Lot 1
The University of Edinburgh wishes to appoint a Main Contractor to construct a new Health & Wellbeing Centre at 7 Bristo Square. Existing teaching space accommodation is to be reconfigured and repurposed to create the new Centre. 7 Bristo Square is a mid-century modernist building whose character contributes to the locale. The works entail both a refurbishment, new services and a new extension to the existing building in a constrained urban site which is located within a live University environment. There is a GP practice located on the upper floors of the building which is to remain operational throughout the works. Access to the GP practice is to be maintained at all times. The new Health & Wellbeing Centre will be formed over Level 0, Level 1 and Level 2, comprising a new single storey extension to the front of the building providing shared access to the new Wellbeing Centre and the existing Health Centre that currently occupies Levels 3 - 5. Internally at Level 0 the new facility will provide a new larger Pharmacy; refurbished WC facilities; plant rooms; new consultation rooms; and access to a new lift providing vertical transportation between Level 0 - Level 2. Level 1 accommodation will provide a new Reception; staff administration and welfare facilities; consultation rooms; and a new Wellbeing Lounge and Sanctuary area. Level 2 will provide further consultation rooms.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000534180
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB345899
- 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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45214400 - Construction work for university buildings
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £4,742,331 £1M-£10M
Notice Dates
- Publication Date
- 18 Feb 20197 years ago
- Submission Deadline
- 16 Apr 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Sep 20187 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
- UNIVERSITY OF EDINBURGH
- Contact Name
- Not specified
- Contact Email
- katie.bisset@ed.ac.uk, sharon.green@ed.ac.uk
- Contact Phone
- +44 1316502508, +44 1316508202
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- 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 Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR313041
EC0814 Main Contractor for Wellbeing Centre - The University of Edinburgh wishes to appoint a Main Contractor to construct a new Health & Wellbeing Centre at 7 Bristo Square. Existing teaching space accommodation is to be reconfigured and repurposed to create the new Centre. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB345899
EC0814 Main Contractor for Wellbeing Centre - The University of Edinburgh wishes to appoint a Main Contractor to construct a new Health & Wellbeing Centre at 7 Bristo Square. Existing teaching space accommodation is to be reconfigured and repurposed to create the new Centre.
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-r6ebe6-0000534180-2019-02-18T00:00:00Z",
"date": "2019-02-18T00:00:00Z",
"ocid": "ocds-r6ebe6-0000534180",
"initiationType": "tender",
"parties": [
{
"id": "org-54",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"email": "katie.bisset@ed.ac.uk",
"telephone": "+44 1316508202",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-25",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"email": "sharon.green@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-62",
"name": "Galliford Try Building Ltd t/a Morrison Construction North East",
"identifier": {
"legalName": "Galliford Try Building Ltd t/a Morrison Construction North East"
},
"address": {
"streetAddress": "Morrison House, Kingseat Business Park,, Kingseat, Newmachar",
"locality": "Aberdeenshire",
"region": "UKM5",
"postalCode": "AB21 0AZ"
},
"contactPoint": {
"telephone": "+44 651863500"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-25"
},
"tender": {
"id": "ocds-r6ebe6-0000534180",
"title": "EC0814 Main Contractor for Wellbeing Centre",
"description": "The University of Edinburgh wishes to appoint a Main Contractor to construct a new Health & Wellbeing Centre at 7 Bristo Square. Existing teaching space accommodation is to be reconfigured and repurposed to create the new Centre.",
"status": "complete",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "Bristo Square, University of Edinburgh."
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"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": "2018-04-16T12:00:00Z"
},
"documents": [
{
"id": "MAR313041",
"documentType": "contractNotice",
"title": "EC0814 Main Contractor for Wellbeing Centre",
"description": "The University of Edinburgh wishes to appoint a Main Contractor to construct a new Health & Wellbeing Centre at 7 Bristo Square. Existing teaching space accommodation is to be reconfigured and repurposed to create the new Centre.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR313041",
"format": "text/html"
},
{
"id": "FEB345899",
"documentType": "awardNotice",
"title": "EC0814 Main Contractor for Wellbeing Centre",
"description": "The University of Edinburgh wishes to appoint a Main Contractor to construct a new Health & Wellbeing Centre at 7 Bristo Square. Existing teaching space accommodation is to be reconfigured and repurposed to create the new Centre.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB345899",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University of Edinburgh wishes to appoint a Main Contractor to construct a new Health & Wellbeing Centre at 7 Bristo Square. Existing teaching space accommodation is to be reconfigured and repurposed to create the new Centre. 7 Bristo Square is a mid-century modernist building whose character contributes to the locale. The works entail both a refurbishment, new services and a new extension to the existing building in a constrained urban site which is located within a live University environment. There is a GP practice located on the upper floors of the building which is to remain operational throughout the works. Access to the GP practice is to be maintained at all times. The new Health & Wellbeing Centre will be formed over Level 0, Level 1 and Level 2, comprising a new single storey extension to the front of the building providing shared access to the new Wellbeing Centre and the existing Health Centre that currently occupies Levels 3 - 5. Internally at Level 0 the new facility will provide a new larger Pharmacy; refurbished WC facilities; plant rooms; new consultation rooms; and access to a new lift providing vertical transportation between Level 0 - Level 2. Level 1 accommodation will provide a new Reception; staff administration and welfare facilities; consultation rooms; and a new Wellbeing Lounge and Sanctuary area. Level 2 will provide further consultation rooms.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1050
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "10"
},
{
"type": "price",
"description": "90"
}
]
}
}
],
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2018-06-25T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "ESPD statement 4B.1.1 Bidders will be required to have a \"general\" yearly turnover threshold value of 9,600,000 GBP for the last three years prior to the date of proposed contract award. ESPD statement 4B.5.1 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: Note: There is no requirement for separate product liability insurance as the monetary value detailed against public liability insurance is inclusive of both types of insurance. Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 10 million GBP Professional Indemnity Insurance = 5 million GBP ESPD 4B.6 Statement Statement 1: Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract. Statement 2: Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: - Current Ratio - Quick Ratio - Debtors Turnover Ratio - Return on Assets - Working Capital - Debt to Equity Ratio - Gross Profit Ratio A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability."
},
{
"type": "technical",
"description": "ESPD 4C.1 Statement Bidders are required to provide three relevant examples of construction projects that your organisation has been the Main Contractor for in the past five years. The projects must be over 4,500,000 GDP in value and include extension to and refurbishment of an existing building, as well as construction works being undertaken in an operational environment. -Description of the project and its accommodation (including whether new build or refurbishment) -Final construction value -Contract start and completion dates -Location (incl. whether city centre or green field) -Name & address of the client contact to provide the University with a reference -Coloured images of the interior & exterior -Contract type -Any awards the building has achieved. Your examples must be from within the last 5 years. NOTE: If you are unable to provide any examples please explain why you cannot provide examples. NOTE: Please also include the name of each Customer Organisation along with their contact details i.e. Name, Telephone Number, email address Your examples must be from within the last 5 years. They do not need to be fully complete but if they are not finished must be no more than two months from practical completion. Responses to be a maximum of 2 A4 pages of text excluding images per project example. Each example is worth 25 percent of the overall score. ESPD 4C.3 Describe your quality control procedures for managing: quality of construction; communication with University stakeholders and neighbours and; management of the handover process and post construction issues. Responses to be a maximum of 2 A4 pages of text (weighting 10 percent) ESPD 4C.4 Describe the team management processes that your organisation currently utilises in managing construction phases outlining: senior management input and client reporting; co-ordination of your sub-contractors and; dispute resolution. Responses to be a maximum of 2 A4 pages of text (weighting 15 percent)",
"minimum": "ESPD 4D.1 1st Statement Quality Management and Health and Safety Procedures. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), ESPD 4D.1 2nd Statement Quality Management and Health and Safety Procedures. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) 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 (SSIP) forum. ESPD 4D1.1 1st Statement Quality Management. If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following: A documented policy and procedures 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 Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. ESPD 4D1.1 2nd Statement Health and Safety Procedures If the bidder does not hold UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) 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 (SSIP) forum then the bidder have the following: A regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. 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 health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. ESPD 4D.2 Statement The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate ESPD 4D.2.1 Statement If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following: A regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent. 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 (for example hazardous substances spill control)."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "45214400",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The University will be evaluating bidders approaches to promoting Fair Work Practices for workers involved in the delivery of this project. Detailed information will be contained within our Invitation to Tender (ITT) documentation. Funding for this project is fully approved. The University of Edinburgh is committed to protecting and respecting human rights and has a zero tolerance approach to slavery and human trafficking in all its forms. The University is also committed to promoting fair working practices and embedding Equality and Diversity across all its work. Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in ESPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under: -the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN) -the Equalities Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. (SC Ref:574188)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000534180"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000534180"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ocds-r6ebe6-0000534180-1",
"suppliers": [
{
"id": "org-62",
"name": "Galliford Try Building Ltd t/a Morrison Construction North East"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "ocds-r6ebe6-0000534180-1",
"awardID": "ocds-r6ebe6-0000534180-1",
"status": "active",
"value": {
"amount": 4742331.24,
"currency": "GBP"
},
"dateSigned": "2018-09-28T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 049-107081"
}
],
"bids": {
"statistics": [
{
"id": "88",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "89",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "90",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "91",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "92",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
}
]
}
}