Award

Service Yard Extension

SCOTTISH PARLIAMENTARY CORPORATE BODY

This public procurement record has 2 releases in its history.

Summary of the contracting process

The Scottish Parliamentary Corporate Body is conducting a public procurement process for the "Service Yard Extension" project, focused on works to extend the service yard of the Scottish Parliament in Edinburgh. The procurement is currently in the Award stage, having been initiated on November 22, 2019, with a submission deadline set for December 20, 2019. This project has a contract value of £1,700,000 and follows a selective procurement method under a restricted procedure.

This tender provides significant opportunities for businesses, particularly those in the construction, engineering, and security system sectors, to expand their client base and capabilities. Firms with experience in similar projects, particularly in delivering secure infrastructure in operational environments, are encouraged to apply. Compliance with various insurance and accreditation requirements will be critical, indicating the need for suppliers that are well-established and can demonstrate a reliable track record in managing complex construction projects.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Service Yard Extension

Notice Description

The Scottish Parliament Corporate Body (SPCB) requires a Contractor to carry out an extensive extension of the Scottish Parliament building's service yard. The Service yard is the entrance to the Scottish Parliament building's car park and delivery entrance.

Lot Information

Lot 1

The works comprise of the extension of the existing Service Yard perimeter through introduction of new perimeter security fencing, gates, rising arm barriers and vehicle entry control system (VES) whilst also replacing the existing gates and associated structures. Secure Service Yard access and egress must be maintained at all times and all works must be scheduled, co-ordinated and agreed with the Project Manager. The Contract is divided into two stages. The first stage, C1, covers enabling works in 2020 to divert existing below ground services and also the development and delivery of a compliant design for both the replacement VES controls and bespoke foundations for rising arms and barriers. On completion of these works, a formal review of the C1 works and second stage C2 proposals will be undertaken before approval to proceed to C2 is given. Assuming C2 approval is granted, the Contractor will procure the relevant materials and equipment and conclude any outstanding design works prior to the works on the Site commencing in March 2021. The C2 works will comprise of the full extent of fence, gate and associated structures being installed on a staged sequential process whilst maintaining security of, and access in and out of, the Parliament and the co-ordinated transition of existing to new VES including commissioning, training and operational testing. It is envisaged that the installation works will be completed during the dissolution period, March-April 2021 with the commissioning and training and transition, to full operation of the VES being undertaken during the 2021 summer recess. The Contractor will be; - working in a busy environment which operates 24hrs per day; - working in a restricted environment in close proximity to vehicular traffic entering and exiting the Scottish Parliament; - working in close proximity to the public; - working in conjunction with the appointed Supervisor; - working to ensure the works are completed to the Accepted Programme and Works Information during the Scottish Parliament summer recess period 2020; and - providing a compliant design for both VES controls and security infrastructure in line with BSI PAS 68.

Renewal: Any renewals will follow NEC3 ECC Core Clauses: - 30 Starting, Completion and Key Dates - 31 The Programme

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000598421
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG392333
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

45220000 - Engineering works and construction works

45233120 - Road construction works

Notice Value(s)

Tender Value
£1,700,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,925,578 £1M-£10M

Notice Dates

Publication Date
12 Aug 20205 years ago
Submission Deadline
20 Dec 2019Expired
Future Notice Date
Not specified
Award Date
22 Jun 20205 years ago
Contract Period
1 Jun 2020 - 6 Aug 2021 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH PARLIAMENTARY CORPORATE BODY
Contact Name
Sean Marshall
Contact Email
sean.marshall@parliament.scot
Contact Phone
+44 1313486618

Buyer Location

Locality
EDINBURGH
Postcode
EH99 1SP
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

Supplier Information

Number of Suppliers
1
Supplier Name

HENRY BROTHERS

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000598421-2020-08-12T00:00:00Z",
    "date": "2020-08-12T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000598421",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-52",
            "name": "Scottish Parliamentary Corporate Body",
            "identifier": {
                "legalName": "Scottish Parliamentary Corporate Body"
            },
            "address": {
                "streetAddress": "The Scottish Parliament, Procurement Services",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH99 1SP"
            },
            "contactPoint": {
                "name": "Sean Marshall",
                "email": "sean.marshall@parliament.scot",
                "telephone": "+44 1313486618",
                "url": "https://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Devolved Parliament",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Devolved Parliament",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.parliament.scot"
            }
        },
        {
            "id": "org-224",
            "name": "Scottish Parliamentary Corporate Body",
            "identifier": {
                "legalName": "Scottish Parliamentary Corporate Body"
            },
            "address": {
                "streetAddress": "The Scottish Parliament, Procurement Services",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH99 1SP"
            },
            "contactPoint": {
                "name": "Sean Marshall",
                "email": "sean.marshall@parliament.scot",
                "telephone": "+44 1313486618",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Devolved Parliament",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Devolved Parliament",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.parliament.scot"
            }
        },
        {
            "id": "org-225",
            "name": "Henry Brothers Limited",
            "identifier": {
                "legalName": "Henry Brothers Limited"
            },
            "address": {
                "streetAddress": "108-114 Moneymore Road",
                "locality": "Magherafelt",
                "region": "UKN",
                "postalCode": "BT45 6HJ"
            },
            "contactPoint": {
                "telephone": "+44 02879631631"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Parliamentary Corporate Body",
        "id": "org-224"
    },
    "tender": {
        "id": "NIC-WKS-12",
        "title": "Service Yard Extension",
        "description": "The Scottish Parliament Corporate Body (SPCB) requires a Contractor to carry out an extensive extension of the Scottish Parliament building's service yard. The Service yard is the entrance to the Scottish Parliament building's car park and delivery entrance.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45233120",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45220000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scottish Parliament Building, Holyrood, Edinburgh, EH99 1SP"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1700000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-12-20T14:00:00Z"
        },
        "documents": [
            {
                "id": "NOV372918",
                "documentType": "contractNotice",
                "title": "Service Yard Extension",
                "description": "The Scottish Parliament Corporate Body (SPCB) requires a Contractor to carry out an extensive extension of the Scottish Parliament building's service yard. The Service yard is the entrance to the Scottish Parliament building's car park and delivery entrance.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV372918",
                "format": "text/html"
            },
            {
                "id": "NOV372918-1",
                "title": "Works Information",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372918&idx=1",
                "datePublished": "2019-11-22T11:33:52Z",
                "dateModified": "2019-11-22T11:33:52Z",
                "format": "application/pdf"
            },
            {
                "id": "NOV372918-2",
                "title": "Propose Location Plan",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372918&idx=2",
                "datePublished": "2019-11-22T11:33:53Z",
                "dateModified": "2019-11-22T11:33:53Z",
                "format": "application/pdf"
            },
            {
                "id": "NOV372918-3",
                "title": "Proposed Plan",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372918&idx=3",
                "datePublished": "2019-11-22T11:33:53Z",
                "dateModified": "2019-11-22T11:33:53Z",
                "format": "application/pdf"
            },
            {
                "id": "NOV372918-4",
                "title": "Proposed Elevations",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372918&idx=4",
                "datePublished": "2019-11-22T11:33:53Z",
                "dateModified": "2019-11-22T11:33:53Z",
                "format": "application/pdf"
            },
            {
                "id": "NOV372918-5",
                "title": "Drawing",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372918&idx=5",
                "datePublished": "2019-11-22T11:33:53Z",
                "dateModified": "2019-11-22T11:33:53Z",
                "format": "application/pdf"
            },
            {
                "id": "NOV372918-6",
                "title": "Confidentiality Undertaking for ITT stage Service Yard",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372918&idx=6",
                "datePublished": "2019-11-22T11:33:53Z",
                "dateModified": "2019-11-22T11:33:53Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "AUG392333",
                "documentType": "awardNotice",
                "title": "Service Yard Extension",
                "description": "The Scottish Parliament Corporate Body (SPCB) requires a Contractor to carry out an extensive extension of the Scottish Parliament building's service yard. The Service yard is the entrance to the Scottish Parliament building's car park and delivery entrance.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG392333",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The works comprise of the extension of the existing Service Yard perimeter through introduction of new perimeter security fencing, gates, rising arm barriers and vehicle entry control system (VES) whilst also replacing the existing gates and associated structures. Secure Service Yard access and egress must be maintained at all times and all works must be scheduled, co-ordinated and agreed with the Project Manager. The Contract is divided into two stages. The first stage, C1, covers enabling works in 2020 to divert existing below ground services and also the development and delivery of a compliant design for both the replacement VES controls and bespoke foundations for rising arms and barriers. On completion of these works, a formal review of the C1 works and second stage C2 proposals will be undertaken before approval to proceed to C2 is given. Assuming C2 approval is granted, the Contractor will procure the relevant materials and equipment and conclude any outstanding design works prior to the works on the Site commencing in March 2021. The C2 works will comprise of the full extent of fence, gate and associated structures being installed on a staged sequential process whilst maintaining security of, and access in and out of, the Parliament and the co-ordinated transition of existing to new VES including commissioning, training and operational testing. It is envisaged that the installation works will be completed during the dissolution period, March-April 2021 with the commissioning and training and transition, to full operation of the VES being undertaken during the 2021 summer recess. The Contractor will be; - working in a busy environment which operates 24hrs per day; - working in a restricted environment in close proximity to vehicular traffic entering and exiting the Scottish Parliament; - working in close proximity to the public; - working in conjunction with the appointed Supervisor; - working to ensure the works are completed to the Accepted Programme and Works Information during the Scottish Parliament summer recess period 2020; and - providing a compliant design for both VES controls and security infrastructure in line with BSI PAS 68.",
                "status": "complete",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2020-06-01T00:00:00Z",
                    "endDate": "2021-08-06T00:00:00Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Any renewals will follow NEC3 ECC Core Clauses: - 30 Starting, Completion and Key Dates - 31 The Programme"
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "All contract performance conditions can be found in the Works Information, Contract Data and NEC3 ECC z Clauses."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2020-01-27T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of bidders. Bidders are encouraged to review their financial performance on Creditsafe and read information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/ If a bidder does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed. If a bidder is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out. Bidders should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a bidder has a lower credit rating score and has the backing of a parent company with a credit rating of 40 or higher, then the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the bidder may be rejected. - Police Scotland has identified that the construction industry may be attractive or vulnerable to infiltration by serious organised crime groups. As part of the selection stage, the top 5 scoring tenders will undergo a serious and organised crime check from Police Scotland. The SPCB will provide Police Scotland with the names, addresses and dates of birth for all company directors obtained from publicly available Company House records. Should the serious and organised crime check find that any of the company directors or the bidder have convictions or links to organised crime, the bidder will be excluded from the procurement process. - All personal information supplied will be treated in accordance with the requirements of the General Data Protection Regulation and the Data Protection Act 2018. For further information please see the procurement process privacy notice: https://www.parliament.scot/Privacy-Notice/ProcurementProcessPrivacyNotice.pdf",
                    "minimum": "4B.5a and 4B.5b - it is a requirement 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: 4B.5b Employers (Compulsory) liability Insurance = 10 million GBP Public Liability Insurance = 10 million GBP Loss or damage caused by the Contractor to the Employer's Property = 5 million GBP Professional Indemnity = 5 million GBP"
                },
                {
                    "type": "technical",
                    "description": "4C.1 Bidders will be required to demonstrate experience of delivering works similar to those detailed in II2.4 (The Description of the Procurement) in this notice. Please note that when demonstrating experience, 3 examples (within the last 5 years) must be submitted. A simple assertion will not be acceptable evidence. As a minimum the following points must be must be addressed across the three examples; - Construction works involving vehicle entry systems / security infrastructure. This can include the subcontracting of the work. - Construction works involving collaboration of utilities works. - Construction works in a live operational environment For the avoidance of doubt the three points above do not need be addressed in each individual example, however, all three points must be addressed across the three examples. Failure to address the three points across three examples will result in non-compliance and your submission will be evaluated no further. 4C.2 The organisation is to demonstrate it can call upon internal, or subcontracted, resource appropriately qualified for the purpose of delivering a VES system similar to that described in the Work Information 4C.4 Bidders must demonstrate that they have responsible supply chain management procedures in place. This must confirm a traceable and verifiable supply chain, demonstrating that all raw materials and products have been sustainably sourced while ensuring legal compliance . The response should include details of any relevant accreditations held or standards the organisation currently works to. 4C.6 Bidders must demonstrate that their organisation and/or subcontractors, have relevant managerial staff with the skills, experience and qualifications, covering both management and technical competencies, to manage a multi-stage construction project in a live operational environment. This will be assessed based on the extent to which the bidder demonstrates they have the competent managerial staff with the appropriate skills. 4C.7 Bidders must provide details of the environmental management measures that are in place to reduce environmental impact. As a minimum, your response should demonstrate: Carbon reduction measures, Utilities usage reduction measures, Waste reduction measures, recycling of materials measures and waste disposal. Your response should include details of any relevant environmental standards and accreditations currently in place.",
                    "minimum": "BSI PAS 68 BSI PAS 69 BS 7671 BS 5839 BS 5266 Further documentation at the ITT stage will detail further minimum standards / levels / accreditations. All minimum standards / levels / accreditations must be met by the bidder, however, all minimum standards / levels / accreditations stated can be met with equivalent standards / levels / accreditations. It is up to the bidder to demonstrate that their standards / minimum levels / accreditations are equivalent. Failure to demonstrate the equivalency may result in non-compliance and subsequent disqualification from the procurement exercise. It is at the sole discretion of the SPCB to make the final decision on whether the minimum level / standard / accreditation is equivalent."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "45000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "This contract will follow the NEC3 Engineering & Construction Contract (ECC). (SC Ref:626806)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000598421"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000598421"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "NIC-WKS-12",
            "suppliers": [
                {
                    "id": "org-225",
                    "name": "Henry Brothers Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NIC-WKS-12",
            "awardID": "NIC-WKS-12",
            "status": "active",
            "value": {
                "amount": 1925578,
                "currency": "GBP"
            },
            "dateSigned": "2020-06-22T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "628",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "629",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "630",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "631",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "632",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}