Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Smoke Extract and Fire Damper Replacement

  • Cyhoeddwyd gyntaf: 26 Gorffennaf 2023
  • Wedi'i addasu ddiwethaf: 26 Gorffennaf 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-039a47
Cyhoeddwyd gan:
National Library of Scotland
ID Awudurdod:
AA21241
Dyddiad cyhoeddi:
26 Gorffennaf 2023
Dyddiad Cau:
12 Medi 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Causewayside building is owned by the Library. it is predominantly used for environmentally controlled collection storage; however, it also accommodates approx. 80 staff and a public reading room.

The Causewayside building is the largest property within the National Library of Scotland (NLS) Estate, comprising 19,168m2 over 7 levels, two of which are below ground. The building represents 51% of NLS’ entire portfolio and it currently provides 54% of the estate’s environmentally controlled collection storage space.

The property was built in two phases, the first by Sir Basil Spence, Glover & Ferguson (1989) and the second by Andrew Merrylees, Grierson & Robertson (1995).

Smoke extract and fire damper systems were installed as part of the original build for both phases.

Smoke extract system

In 2002, qualified consultants were commissioned to to review the smoke extract system within Causewayside. This identified a number of significant issues, with recommended upgrade works.

A further review of the smoke control system was carried out in 2015 which concluded that it was inadequate and could lead to difficulties fighting a fire / loss of the collection.

A reassessment of the smoke control system was carried out in 2016. This resulted in a smoke extract strategy report with recommendations for major remedial works. Following which design consultants were commissioned to produce a concept design for a replacement smoke management installation.

In 2019 an smoke management options report that examined options to provide the property with a functional and effective smoke management system.

In 2021 a full design team were appointed to develop the design to RIBA Stage 4 Technical Design.

Fire damper system

In 2021 a review of the ventilation and fire damper review concluded that the fire dampers were beyond their service life (10 yrs.) and that the maintenance & testing regime was inadequate because many were inaccessible, and they had to be manually tested. It recommended that all were replaced, and the replacement should be of a motorised actuator type.

In 2021 a full design team were appointed to develop the design to RIBA Stage 4 Technical Design.

The building will be operational during the works and the collections will remain in-situ. As a result, possession will be given to the Contractor floor by floor starting from the roof. The works, including protection and dust monitoring, will be completed, and commissioned before progressing to the next floor, with final commissioning on completion of all floors.

The following works will be Contractor Design:

The smoke extract installation,

Detailed design for opening and upstands, forms roof opening and upstands (inc. all weather proofing),

Detailed design for louvres, remove existing cladding panels, installs louvres into the cladding (inc. all weather proofing),

The fire damper installation.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

National Library of Scotland

George IV Bridge

Edinburgh

EH1 1EW

UK

Person cyswllt: Linda macmillan

Ffôn: +44 1316233700

E-bost: l.macmillan@nls.uk

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.nls.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11622

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

www.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

www.publiccontractsscotland.gov.uk


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

www.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Hamdden, diwylliant a chrefydd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Smoke Extract and Fire Damper Replacement

Cyfeirnod: 2022.23.072

II.1.2) Prif god CPV

45300000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

The scope of construction works will include the replacement of the smoke extract and fire damper systems.

Remove the existing smoke extract system.

Form new smoke extract shafts.

Install a new smoke extract system

Associated Air Handling Unit upgrades and smoke damper replacement,

Replacement of all ventilation installation fire dampers,

Temporary collection protection works and dust monitoring.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 5 500 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

45214000

45300000

45310000

45350000

45351000

45315000

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

National Library of Scotland

Causewayside

Edinburgh

EH9 1SL

II.2.4) Disgrifiad o’r caffaeliad

The Causewayside building is owned by the Library. it is predominantly used for environmentally controlled collection storage; however, it also accommodates approx. 80 staff and a public reading room.

The Causewayside building is the largest property within the National Library of Scotland (NLS) Estate, comprising 19,168m2 over 7 levels, two of which are below ground. The building represents 51% of NLS’ entire portfolio and it currently provides 54% of the estate’s environmentally controlled collection storage space.

The property was built in two phases, the first by Sir Basil Spence, Glover & Ferguson (1989) and the second by Andrew Merrylees, Grierson & Robertson (1995).

Smoke extract and fire damper systems were installed as part of the original build for both phases.

Smoke extract system

In 2002, qualified consultants were commissioned to to review the smoke extract system within Causewayside. This identified a number of significant issues, with recommended upgrade works.

A further review of the smoke control system was carried out in 2015 which concluded that it was inadequate and could lead to difficulties fighting a fire / loss of the collection.

A reassessment of the smoke control system was carried out in 2016. This resulted in a smoke extract strategy report with recommendations for major remedial works. Following which design consultants were commissioned to produce a concept design for a replacement smoke management installation.

In 2019 an smoke management options report that examined options to provide the property with a functional and effective smoke management system.

In 2021 a full design team were appointed to develop the design to RIBA Stage 4 Technical Design.

Fire damper system

In 2021 a review of the ventilation and fire damper review concluded that the fire dampers were beyond their service life (10 yrs.) and that the maintenance & testing regime was inadequate because many were inaccessible, and they had to be manually tested. It recommended that all were replaced, and the replacement should be of a motorised actuator type.

In 2021 a full design team were appointed to develop the design to RIBA Stage 4 Technical Design.

The building will be operational during the works and the collections will remain in-situ. As a result, possession will be given to the Contractor floor by floor starting from the roof. The works, including protection and dust monitoring, will be completed, and commissioned before progressing to the next floor, with final commissioning on completion of all floors.

The following works will be Contractor Design:

The smoke extract installation,

Detailed design for opening and upstands, forms roof opening and upstands (inc. all weather proofing),

Detailed design for louvres, remove existing cladding panels, installs louvres into the cladding (inc. all weather proofing),

The fire damper installation.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality Schedule -Technical Response / Pwysoliad: 60

Maen prawf cost: Pricing - Commercial Response / Pwysoliad: 40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 5 500 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 18

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Form of Contract - SBCC single stage traditional contract without quantities but with Contractor Design Portion will be used for the procurement of this contract. (SBC/XQ/SCOT) with Schedule of Amendments and ITT Legal Appendix as set out in the Invitation to Tender. ITT Legal Appendix guidance -Tenderers may propose changes to the draft legal documents, which may be considered by the Library.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Please see SPD module and guidance contained therein.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4B1a General yearly turnover

The bidder should provide its (general) yearly turnover for the number of financial years specified:

Bidders are required to provide their (general) yearly turnover for the number of financial years below

Total turnover – Prior year

Total turnover – Prior year minus 1

Bidders are required to have a minimum annual turnover of 10 million GBP for the last two financial years. Where a Bidder does not have an annual turnover for of this value, the Library may exclude the Bidder from the competition or may apply discretion seeking supporting evidence to determine the Bidder’s suitability to proceed in the competition

Financial ratio

The bidder confirms the name, value and/or range of the financial ratios specified are as follows:

Bidder will be required to provide the following information in response to 4B.4

Current ratio for Prior Year

Current ratio for Prior Year minus 1

The formula for calculating a Bidder’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.00. Where a Bidder’s current ratio is less than acceptable value, the Library may exclude the Bidder from the competition or may apply discretion seeking supporting evidence to determine the Bidder’s suitability to proceed in the competition.


Lefel(au) gofynnol y safonau sydd eu hangen:

Insurance

4B.5a - 4B.5c

The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in terms of Professional Risk Indemnity Insurance.

485a - Professional Indemnity Insurance 2,000,000 GBP

4B5b - Employers (Compulsory) Liability Insurance- 10,000,000 GBP

485c - Public / Product Liability Insurance - 5,000,000 GBP

485d - Contractors all risk Insurance - 5,000,000 GBP

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4C1.2 - Pass / Fail

Bidders who fail to provide relevant case studies may be excluded at this SPD selection stage. If excluded the tender response will be set aside, it will not be forwarded on to the evaluation panel and it will not be evaluated.

For public works contracts only, please provide 2 relevant examples of works carried out in the past five years as specified:

Please provide your first case study that demonstrates your organisation's experience of delivering mechanical and electrical constructions works which are similar in scale, scope and complexity to this requirement. These case studies must be for contracts which are currently live or were completed within the last 5 years.

The information you provide for the case study should cover the following areas

A description of the works carried out in a live environment i.e building occupied and operational while construction works are underway.

Customer details, form of contract used, contract value and start and end dates.

Approach to providing the M&E construction works in relation to health and safety, protections of property assets and building content e.g minimising of dust while undertaking the works.

Your response should be limited to 2 A4 pages (single sided) Arial font 12

Please provide your second case study that demonstrates your organisation's experience of delivering mechanical and electrical constructions works which are similar in scale, scope and complexity to this requirement. These case studies must be for contracts which are currently live or were completed within the last 5 years.

The information you provide for the case study should, as a minimum, cover the following areas

A description of the works carried out in a live environment i.e building occupied and operational while construction works are underway.

Customer details, form of contract used, contract value and start and end dates.

Approach to providing the M&E construction works in relation to health and safety, protections of property assets and building content e.g minimising of dust while undertaking the works.

Your response should be limited to 2 A4 pages (single sided) Arial font 12.

4C4 - Supply Chain Management - Pass / Fail

Bidders who fail to provide a response to this question may be excluded at this SPD selection stage. If excluded the tender response will be set aside and will not be evaluated. Please provide a statement of the relevant supply chain management and/or tracking systems used:

Please provide details of the supply chain management and tracking systems used by you to deliver works construction contracts which are similar in scale, scope, and complexity to the contract requirement as detailed in II.2.4 in the published contract notice or the relevant section of the site notice.

Your response should be limited to 2 A4 pages (single sided) Arial font 12


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Any conditions to be detailed in the Tender Documents.

Community Benefits will apply to this tender.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-002201

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 12/09/2023

Amser lleol: 11:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 12/09/2023

Amser lleol: 11:00

Place:

PCS Electronic Portal - Electronic Postbox

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

Procurement & Contracts Team at National Library of Scotland, Edinburgh EH1 1EW

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Visit to Causewayside building during tender period - All suppliers interested in tendering are invited to an open meeting at 10am on 8 August 2023 on Library premises.

Award criteria can be found in the "Schedules to Tender" -quality (technical response along with weightings, issued with the ITT. Unless stated otherwise in the ITT and associated Schedules to Tender the award scoring methodology will be as follows.

0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to deliver the requirement. No relevant information provided.

1 - Unsatisfactory - Response is partially relevant but generally unsatisfactory. The response addresses some elements of delivering the requirement, however provides significantly insufficient or limited detail or explanation to demonstrate how they will deliver the requirement. Little relevant information provided.

2 - Poor - Response is partially relevant but generally poor. The response addresses some elements delivering the requirement however contains insufficient/limited detail or explanation to demonstrate how they will deliver the requirement Generally poor and or irrelevant information provided.

3 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of how they will deliver the requirement but may lack details on how the requirement will be fulfilled in certain areas. Acceptable level of relevant information provided.

4 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled. Good level of relevant information provided with little information missing.

5 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement fully detailing how the requirement will be met with no information missing.

The Library is not bound to accept the lowest priced or any submission.

Tenderers may propose changes to the draft legal documents, which may be considered by the Library. Details of any proposed changes should be issued by tenderers as a single consolidated submission not later than expiry of the tender clarification period.

Tenders must be submitted in the format as detailed in Part B Annex 6 (Tender Return Checklist) of the ITT.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=737426.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

-

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Bidders are required to submit community benefits proposals as part of their submission that is proportionate and relevant to the scope of the requirement.

More information can be found in the Tender Brief and Quality Schedule - Technical Response Document.

(SC Ref:737426)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=737426

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Edinburgh Sheriff Court

Sheriff Court House , 27 Chambers Street

Edinburgh

EH1 1LB

UK

Ffôn: +44 1312252525

Cyfeiriad(au) rhyngrwyd

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

The Library will incorporate a minimum of 10 calendar days standstill period at the point of which information on the decision to award the contract is communicated to tenderers (the standstill notification). An economic operator that suffers , or risk suffering , loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session after informing the Library of its intention.

VI.5) Dyddiad anfon yr hysbysiad hwn

25/07/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45214000 Gwaith adeiladu ar gyfer adeiladau sy’n gysylltiedig ag addysg ac ymchwil Gwaith adeiladu adeiladau
45300000 Gwaith gosod ar gyfer adeiladau Gwaith adeiladu
45350000 Gwaith gosod mecanyddol Gwaith gosod ar gyfer adeiladau
45351000 Gwaith gosod peirianneg fecanyddol Gwaith gosod mecanyddol
45310000 Gwaith gosod trydanol Gwaith gosod ar gyfer adeiladau
45315000 Gwaith gosod trydanol ar gyfer cyfarpar gwresogi a chyfarpar adeiladu trydanol arall Gwaith gosod trydanol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
l.macmillan@nls.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.