Notice Information
Notice Title
Award of Contract for Borders Innovation Park - New Office Developement Tweedbank
Notice Description
Scottish Borders Council (the Council) has recently committed to the delivery of a new high quality office development which forms a strategic step in the development of the Tweedbank masterplan. This first development will be located in Tweedbank opposite the train station forming the gateway for the new Business Park. The building will consist of approximately 1,500m2 of new office space for potential tenants, with car parking facilities to the rear and a new landscaped scheme to tie into the station plaza.
Lot Information
Lot 1
The new Borders Innovation Park office will provide the first step into the strategically important development of the Tweedbank masterplan delivering on the Borders Railway success. The office forms part of the Borders Innovation Park to develop the Scottish Borders as an important destination for new businesses and to drive economic growth. The design proposal will deliver approximately 1,500m2 of new office space across two floors with car parking spaces to the rear. The proposal has received approval under the Simplified Planning Zone which is being implemented across the Borders Innovation Park. Overall, the design will deliver a high quality finish that takes account of the built environment, and also improves the quality of the Tweedbank Industrial Estate.. This is an award notice.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000559764
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN378008
- 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
45210000 - Building construction work
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- £5,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £5,848,747 £1M-£10M
Notice Dates
- Publication Date
- 21 Jan 20206 years ago
- Submission Deadline
- 6 Dec 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Nov 20196 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
- SCOTTISH BORDERS COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@scotborders.gov.uk
- Contact Phone
- +44 1835824000
Buyer Location
- Locality
- NEWTOWN ST BOSWELLS
- Postcode
- TD6 0SA
- Post Town
- Galashiels
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM91 Scottish Borders
- Delivery Location
- TLM91 Scottish Borders
-
- Local Authority
- Scottish Borders
- Electoral Ward
- Selkirkshire
- Westminster Constituency
- Berwickshire, Roxburgh and Selkirk
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV335979
Borders Innovation Park - New Office Developement - Scottish Borders Council (the Council) has recently committed to the delivery of a new high quality office development which forms a strategic step in the development of the Tweedbank masterplan. This first development will be located in Tweedbank opposite the train station forming the gateway for the new Business Park. The building will consist of approximately 1,500m2 of new office space for potential tenants, with car parking facilities to the rear and a new landscaped scheme to tie into the station plaza. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN378008
Award of Contract for Borders Innovation Park - New Office Developement Tweedbank - Scottish Borders Council (the Council) has recently committed to the delivery of a new high quality office development which forms a strategic step in the development of the Tweedbank masterplan. This first development will be located in Tweedbank opposite the train station forming the gateway for the new Business Park. The building will consist of approximately 1,500m2 of new office space for potential tenants, with car parking facilities to the rear and a new landscaped scheme to tie into the station plaza.
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-r6ebe6-0000559764-2020-01-21T00:00:00Z",
"date": "2020-01-21T00:00:00Z",
"ocid": "ocds-r6ebe6-0000559764",
"initiationType": "tender",
"parties": [
{
"id": "org-10",
"name": "Scottish Borders Council",
"identifier": {
"legalName": "Scottish Borders Council"
},
"address": {
"streetAddress": "Council Headquarters",
"locality": "Newtown St Boswells",
"region": "UK",
"postalCode": "TD6 0SA"
},
"contactPoint": {
"email": "procurement@scotborders.gov.uk",
"telephone": "+44 1835824000",
"faxNumber": "+44 1835825150",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.scotborders.gov.uk"
}
},
{
"id": "org-175",
"name": "Scottish Borders Council",
"identifier": {
"legalName": "Scottish Borders Council"
},
"address": {
"streetAddress": "Council Headquarters",
"locality": "Newtown St Boswells",
"region": "UK",
"postalCode": "TD6 0SA"
},
"contactPoint": {
"email": "procurement@scotborders.gov.uk",
"telephone": "+44 1835824000",
"faxNumber": "+44 1835825150",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.scotborders.gov.uk"
}
},
{
"id": "org-176",
"name": "Ogilvie Construction",
"identifier": {
"legalName": "Ogilvie Construction"
},
"address": {
"streetAddress": "Ogilvie House, Pirnhall Business Park",
"locality": "Stirling",
"region": "UKM",
"postalCode": "FK7 8ES"
},
"contactPoint": {
"telephone": "+44 1786812273"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Scottish Borders Council",
"id": "org-175"
},
"tender": {
"id": "SBC/CPS/1613",
"title": "Award of Contract for Borders Innovation Park - New Office Developement Tweedbank",
"description": "Scottish Borders Council (the Council) has recently committed to the delivery of a new high quality office development which forms a strategic step in the development of the Tweedbank masterplan. This first development will be located in Tweedbank opposite the train station forming the gateway for the new Business Park. The building will consist of approximately 1,500m2 of new office space for potential tenants, with car parking facilities to the rear and a new landscaped scheme to tie into the station plaza.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45210000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM91"
},
{
"region": "UKM91"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 5000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"written"
],
"tenderPeriod": {
"endDate": "2018-12-06T12:00:00Z"
},
"documents": [
{
"id": "NOV335979",
"documentType": "contractNotice",
"title": "Borders Innovation Park - New Office Developement",
"description": "Scottish Borders Council (the Council) has recently committed to the delivery of a new high quality office development which forms a strategic step in the development of the Tweedbank masterplan. This first development will be located in Tweedbank opposite the train station forming the gateway for the new Business Park. The building will consist of approximately 1,500m2 of new office space for potential tenants, with car parking facilities to the rear and a new landscaped scheme to tie into the station plaza.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV335979",
"format": "text/html"
},
{
"id": "JAN378008",
"documentType": "awardNotice",
"title": "Award of Contract for Borders Innovation Park - New Office Developement Tweedbank",
"description": "Scottish Borders Council (the Council) has recently committed to the delivery of a new high quality office development which forms a strategic step in the development of the Tweedbank masterplan. This first development will be located in Tweedbank opposite the train station forming the gateway for the new Business Park. The building will consist of approximately 1,500m2 of new office space for potential tenants, with car parking facilities to the rear and a new landscaped scheme to tie into the station plaza.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN378008",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The new Borders Innovation Park office will provide the first step into the strategically important development of the Tweedbank masterplan delivering on the Borders Railway success. The office forms part of the Borders Innovation Park to develop the Scottish Borders as an important destination for new businesses and to drive economic growth. The design proposal will deliver approximately 1,500m2 of new office space across two floors with car parking spaces to the rear. The proposal has received approval under the Simplified Planning Zone which is being implemented across the Borders Innovation Park. Overall, the design will deliver a high quality finish that takes account of the built environment, and also improves the quality of the Tweedbank Industrial Estate.. This is an award notice.",
"status": "complete",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Project Specific Method Statements",
"description": "10"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "Pre-Qualification via the ESPD. The ESPD asks bidders general questions when completing bidders must have regard for the Statements in this Notice that details specific requirements. Bidders must pass the minimum standards in the ESPD 4A,4B & 4D in the PCS-t Qualification envelope. Complete the scored element of the ESPD section 4C (Technical and Professional Ability) found in the PCS-t Technical envelope. Section 4C will be scored as per the scoring methodology detailed below. Bidders will not be to be shortlisted for the Invitation to Tender(ITT) unless a score 2 of 4 (50%) for each question in the Technical envelope or above is achieved. Score Term Explanation 0 = 0% Unacceptable Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 = 25% Poor Response is partially relevant and poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability. 2 = 50% Acceptable Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 = 75% Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 = 100% Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": false
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2019-01-28T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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 Scheme in Procurement (SSIP) forum."
},
{
"type": "economic",
"description": "ESPD 4B 1.1 Statement Minimum level(s) of standards required: Expected turnover to be in the region of for last 3 years Minimum \"general\" yearly turnover of GBP 10000,000. ESPD 4B.3 Where turnover is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. ESPD 4B.4 Bidders will be required to state the value for the following financial ratios: Ratio Name: Acid Text (Liquidity) Ratio Value: minimum 0.8 the ratio will be calculated as follows: Ratio Calculation: Current assets (less stock)/current liabilities. ESPD 4B.6 The Council will access a credit safe report for a bidders organisation and use the information contained within to assist with the assessment of the bidders economic and financial standing. The Credit Safe credit rating will be no less than 50 of 100 for the bidder to progress in the tender process. In the event that this analysis is unavailable or unsatisfactory the Council will request the following information: A copy of the organisation's audited accounts or equivalent for the most recent 2 years along with details of any significant changes since the last year end. OR A statement of the organisation's turnover profit and cash flow for the recent year of trading or where a full year trading has not been completed the same information for the period applicable. OR A statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing. In the event the analysis of your financial position determines that additional measures are necessary in order to provide assurance of your financial strength you may or may not be required to provide either a Parent Company Guarantee. You will be required to complete a Parent Company Guarantee if the following is applicable: Your organisation is a private or public company and the Bidder is a subsidiary company. A Completed Parent Company Guarantee is also required for any subsidiary company members from a consortium. Should none of the above be satisfactory to the Council the Council have the right to exclude the bidder from the tender process.",
"minimum": "For the contract there is a requirement of this contract that bidders hold or can commit obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employers (Compulsory)Liability Insurance - GBP 5 million Public Liability Insurance - GBP 10 million Professional Indemnity Insurance - GBP 5 million Contractor All Risk Insurance - value held by contractors http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"description": "List and brief description of selection criteria: ESPD Question 4C.1 Statement 1 Bidders are required to provide 2 examples of works of a similar value over the past 5 years that demonstrates experience to deliver the works. Bidders examples should include but are not limited to the following details in their examples. Provide a detailed description of your role in delivering the contract including, i) details on a previous construction project you have provided quality assurance and minimal defects and snagging at Practical Completion and during the Defects Liability Period ii)three most critical factors in successful design management based on experience gained from projects listed in your submission iii)an outline of a Design Management process map demonstrating how the design and build process has been managed successfully on the project listed iv)examples of initiatives taken on the project that have contributed to the successful delivery of the design in line with the project programme. ESPD Question 2.3.2 Statement 2 Bidders are required to provide 2 examples of a similar value over the past 5 years that demonstrates experience of Design & Build that includes but are is not limited to the following: i) Provide a detailed description of the methodology & examples previously used to deliver a design and build contract under SBCC Design and Build for use in Scotland 2011 (DB/Scot). ESPD question 4C.2.1 Statement 1 - Please provide management/project leader experience, education & professional qualifications for those who lead on projects of a similar scale and complexity. Please provide CVs for each team member. ESPD 4C.2.1 Statement 2 - Provide a statement of the relevant professional and technical skills available within the organisation or where applicable consortium members and/or named sub-contractors in relation to this project. ESPD Question 4C.3 - Provide details of your previous experience of using REVIT models in the delivery of projects, including your sub-contractor supply chain. Minimum level(s) of standards required: ESPD 4D.1 Quality Management 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. OR The bidder must have the following: 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 Executive, or equivalent, which is periodically reviewed at a senior management level. ESPD 4D.2 Environmental Management Systems or Standards 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. OR The bidder must have the following: A regularly reviewed documented policy 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": 90
}
},
"classification": {
"id": "45210000",
"scheme": "CPV"
},
"reviewDetails": "Scottish Borders Council will incorporate a minimum 10 day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public Contract (Scotland) Regulations 2015 (SSI,2015No446)provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the Contract Award being published on the OJEU or within 30 days of the date to 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.",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "(SC Ref:604531)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559764"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559764"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "SBC/CPS/1613",
"suppliers": [
{
"id": "org-176",
"name": "Ogilvie Construction"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "SBC/CPS/1613",
"awardID": "SBC/CPS/1613",
"status": "active",
"value": {
"amount": 5848747.93,
"currency": "GBP"
},
"dateSigned": "2019-11-14T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 212-483846"
}
],
"bids": {
"statistics": [
{
"id": "218",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "219",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "220",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "221",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "222",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
}
]
}
}