Notice Information
Notice Title
EC0834 Main Contractor Engineering Module 1
Notice Description
The University of Edinburgh wishes to appoint a Main Contractor to complete the design and to construct a new building for the School of Engineering.
Lot Information
Lot 1
The University of Edinburgh wishes to appoint a Main Contractor to complete the design and to construct a new building for the School of Engineering. This is called the Engineering Module 1 building that is part of the masterplan for the development of the School of Engineering Estate that is located on the Kings Buildings Campus. This building is part of the long term vision that this will be the first of a cluster of several buildings for the School of Engineering. The new 5-storey building is to provide 6,500s.qm. gross internal floor area and the site is located at the south-west end of the Kings Buildings campus. It is to provide approx. 85percent office type space (i.e. post graduate and post doctorate research assistant space, meeting rooms, social and generic teaching space). Approx. 15percent is allocated to research and specialist teaching labs. Existing teaching and learning space accommodation is to be demolished prior to this contract. The estimated construction cost is circa 21.7m GDP excluding fees and VAT. Works are proposed to commence January 2020 with a target occupation date of June 2022. The Design Team and a Quantity Surveyor have been appointed and are currently developing proposals for statutory consent applications and tender documents. The planning application has been submitted to City of Edinburgh Council. The new Engineering Module 1 building will be formed over Level 0, Level 1, Level 2, Level 3 and Level 4. Internally at Level 0 the new facility will provide a main entrance, cafe, showcase lab and support accommodation; and access to a new lift providing vertical transportation between Level 0 - Level 4. Levels 1-4 accommodation will provide computer labs, teaching spaces, administration and research labs and offices.. 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-r6ebe6-0000565055
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN387488
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F14 - Corrigendum
- 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
- £21,700,000 £10M-£100M
- Lots Value
- £21,700,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £37,325 Under £100K
Notice Dates
- Publication Date
- 29 May 20205 years ago
- Submission Deadline
- 4 Jan 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Nov 20196 years ago
- Contract Period
- 1 Jan 2020 - 1 Jun 2022 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
- UNIVERSITY OF EDINBURGH
- Contact Name
- Not specified
- Contact Email
- katie.bisset@ed.ac.uk
- Contact Phone
- +44 1316502508
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=NOV337947
EC0834 Main Contractor Engineering Module 1 - The University of Edinburgh wishes to appoint a Main Contractor to complete the design and to construct a new building for the School of Engineering. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386816
EC0834 Main Contractor Engineering Module 1 - The University of Edinburgh wishes to appoint a Main Contractor to complete the design and to construct a new building for the School of Engineering.
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-r6ebe6-0000565055-2020-05-29T00:00:00Z",
"date": "2020-05-29T00:00:00Z",
"ocid": "ocds-r6ebe6-0000565055",
"initiationType": "tender",
"parties": [
{
"id": "org-36",
"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 1316502508",
"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-10",
"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 1316502508",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-89",
"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 1316502508",
"url": "http://"
},
"roles": [
"buyer"
],
"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-90",
"name": "Kier Construction",
"identifier": {
"legalName": "Kier Construction"
},
"address": {
"streetAddress": "Campsie House, Buchanan Business Park, Cumbernauld Road",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G33 6HZ"
},
"contactPoint": {
"telephone": "+44 1417793020"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-32",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-22",
"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 1316502508",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-22"
},
"tender": {
"id": "EC0834",
"title": "EC0834 Main Contractor Engineering Module 1",
"description": "The University of Edinburgh wishes to appoint a Main Contractor to complete the design and to construct a new building for the School of Engineering.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45214400",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Kings Buildings Campus"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 21700000,
"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": "2019-01-04T12:00:00Z"
},
"documents": [
{
"id": "NOV337947",
"documentType": "contractNotice",
"title": "EC0834 Main Contractor Engineering Module 1",
"description": "The University of Edinburgh wishes to appoint a Main Contractor to complete the design and to construct a new building for the School of Engineering.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV337947",
"format": "text/html"
},
{
"id": "MAY386816",
"documentType": "awardNotice",
"title": "EC0834 Main Contractor Engineering Module 1",
"description": "The University of Edinburgh wishes to appoint a Main Contractor to complete the design and to construct a new building for the School of Engineering.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386816",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University of Edinburgh wishes to appoint a Main Contractor to complete the design and to construct a new building for the School of Engineering. This is called the Engineering Module 1 building that is part of the masterplan for the development of the School of Engineering Estate that is located on the Kings Buildings Campus. This building is part of the long term vision that this will be the first of a cluster of several buildings for the School of Engineering. The new 5-storey building is to provide 6,500s.qm. gross internal floor area and the site is located at the south-west end of the Kings Buildings campus. It is to provide approx. 85percent office type space (i.e. post graduate and post doctorate research assistant space, meeting rooms, social and generic teaching space). Approx. 15percent is allocated to research and specialist teaching labs. Existing teaching and learning space accommodation is to be demolished prior to this contract. The estimated construction cost is circa 21.7m GDP excluding fees and VAT. Works are proposed to commence January 2020 with a target occupation date of June 2022. The Design Team and a Quantity Surveyor have been appointed and are currently developing proposals for statutory consent applications and tender documents. The planning application has been submitted to City of Edinburgh Council. The new Engineering Module 1 building will be formed over Level 0, Level 1, Level 2, Level 3 and Level 4. Internally at Level 0 the new facility will provide a main entrance, cafe, showcase lab and support accommodation; and access to a new lift providing vertical transportation between Level 0 - Level 4. Levels 1-4 accommodation will provide computer labs, teaching spaces, administration and research labs and offices.. 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",
"value": {
"amount": 21700000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2020-01-01T00:00:00Z",
"endDate": "2022-06-01T00:00:00Z"
},
"hasRenewal": false
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2019-01-30T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "List and brief description of selection criteria: ESPD statement 4B.1.1 Bidders will be required to have a \"general\" yearly turnover threshold value of 43,000,000 GBP for the last three years prior to the date of proposed contract award. 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 1st 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 design and build contract projects over 15M GDP in value and include construction of a new building, as well as construction works being undertaken in a busy, operational campus where vibration, noise and dust sensitivities were a factor. - Description of the project and its accommodation - Final construction value - Contract type - Contract start and completion dates - Location (incl. whether city centre or green field) - Name of project architect - Coloured images of the interior & exterior - Any awards the building has achieved. - Challenges and successes 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, address, email address client contact to provide the University with a reference. 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. ESPD 4C.1 2nd Statement FOR INFO ONLY--Community Benefits--please see ESPD document and VI.3 of this notice 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 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 Describe your organisation's arrangements for checking, reviewing and where necessary, improving your H&S performance. Guidance You should demonstrate that your organisation has in place, and implements, a system of monitoring H&S procedures on an ongoing basis and for periodically reviewing and updating that system as necessary. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement",
"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: Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented items relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above -- a policy with set responsibilities, review and improvement procedures, quality management and performance process, workforce training, skills and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints. 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: Equivalent, regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above -ensuring H&S effectiveness, obtaining H&S advice and assistance, training, skills and information for bidder workforce, workforce H&S qualifications, checking and reviewing H&S performance, involving workforce in planning and implementation, recording accidents/incidents and follow-up actions, ensuring bidder's suppliers apply H&S appropriate measures, risk assessment, and coordinating with bidder's suppliers. 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: Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above - ensuring effectiveness of measures and reducing impacts, workforce training and skills, checking and reviewing, dealing with waste, and ensuring any suppliers the bidders engages apply appropriate environmental protection measures."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "45214400",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-9",
"description": "Deadline extended due to Christmas break.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2019-01-04T12:00:00Z"
},
"newValue": {
"date": "2019-01-09T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
]
},
{
"id": "amd-23",
"description": "Phase 1 Pre-Construction Services - Award notice This is a clarification note to advise that this contract award notice is in sole reference to the Phase 1 Pre-Construction Services element and the Phase 2 Main Construction Services Contract Award has not been let at this time.",
"unstructuredChanges": [
{
"newValue": {
"text": "Phase 1 Pre-Construction Services - Award notice This is a clarification note to advise that this contract award notice is in sole reference to the Phase 1 Pre-Construction Services element and the Phase 2 Main Construction Services Contract Award has not been let at this time."
},
"where": {
"section": "II.2"
}
}
]
}
]
},
"language": "EN",
"description": "Fair Work Practices The University will be evaluating bidders approaches to promoting Fair Work Practices for workers involved in the delivery of this project. Exclusion Grounds and Modern Slavery 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 certain organisations Community Benefits 4C.1 2nd Statement -- Community Benefits Experience FOR INFO ONLY Please indicate your experience in delivering additional social, economic, or environmental community benefits in the performance of similar previous contracts, including information about how you achieved these commitments, in particular with regards with any of the University priority activities for the as listed in the attached ESPD Document (see section 4C). Please also indicate any of the listed priority areas that your organisation would be interested in discussing further with the University in the context of this contract (SC Ref:621627)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000565055"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000565055"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000565055"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000565055"
}
],
"noticetype": "OJEU - F14 - Corrigendum",
"awards": [
{
"id": "EC0834",
"suppliers": [
{
"id": "org-90",
"name": "Kier Construction"
}
],
"relatedLots": [
"1"
],
"hasSubcontracting": true
}
],
"contracts": [
{
"id": "EC0834",
"awardID": "EC0834",
"status": "active",
"value": {
"amount": 37325,
"currency": "GBP"
},
"dateSigned": "2019-11-19T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 226-516232"
}
],
"bids": {
"statistics": [
{
"id": "145",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "146",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "147",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "148",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "149",
"measure": "electronicBids",
"value": 6,
"relatedLot": "1"
}
]
}
}