Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Person cyswllt: Callum Ewan
E-bost: callum.ewan@edinburgh.gov.uk
NUTS: UKM75
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.edinburgh.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Peffer Place Business Park
Cyfeirnod: CT1308
II.1.2) Prif god CPV
45213200
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
The City of Edinburgh Council requires the construction of 27 new-build light industrial buildings within the Craigmillar area of Edinburgh. These units are being built to create much needed rental accommodation to help support local businesses and start-ups.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 8 000 000.00 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
45000000
45210000
45211350
45213100
45213200
45213250
45213251
II.2.3) Man cyflawni
Cod NUTS:
UKM75
II.2.4) Disgrifiad o’r caffaeliad
The City of Edinburgh Council requires the construction of 27 new-build light industrial buildings within the Craigmillar area of Edinburgh. These units are being built to create much needed rental accommodation to help support local businesses and start-ups.
The project brief was developed with The Council's Estates team to match a similar project that was completed in 2017. The brief allows for a basic unit to be created that tenants can use as is or look to fit-out to suit their own individual needs.
The units have been designed to allow for the following:
Open plan main space
Formation of accessible WC
Allowance in drainage for installation of tea prep/kitchenette
Sectional overhead roller shutter and entrance/escape doors as appropriate
The units have been developed with infrastructure to allow future installation of the following:
ASHP (or equivalent)
Ventilation Unit
Additional PV
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 12
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Nifer yr ymgeiswyr a ragwelir: 5
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
Please find details within the Single Procurement Document (SPD) Instruction Document
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
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Part 3: Section A, B, C & D – Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of The Public Contracts (Scotland) Regulations 2015.
Part IV: Selection criteria – B: Economic and financial standing – Question 4B.1 – Tenderers are required to have a minimum “general” annual turnover of 26.5m GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria – B: Economic and financial standing – Question 4B.4 – Tenderers will be required provide the following information in response to 4B.4:
Current ratio for Current Year: 1.20
Current ratio for Prior Year: 1.20
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20. Where a Tenderers’ current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria – B: Economic and financial standing – Question 4B.5 – Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
- a. Employers (Compulsory) Liability Insurance - 10m GBP
- b. Public Liability Insurance - 10m GBP
- c. Professional Indemnity - 10m GBP
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
All insurance requirements shall be finalised at Stage 2.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Part 4: Selection Criteria - Technical and Professional Ability – Question 4C.1
Question 1 – 50%
Please provide one case study that demonstrates your organisation’s experience of delivering a project of similar scope and size as the Peffer Place Business Park project.
The case study must be for projects which are complete and have been completed within the last 5 years.
The information you provide within your case study, must cover the following areas:
- A description of the works delivered;
- Customer details, contract value and dates, project delivery team structure;
- Details of any significant increases to budget or delays in programme in delivering the contract, including how issues were resolved to client satisfaction and what, if any, measures have been put in place within your organisation to avoid such occurrences in future projects;
- Provide quality management process and procedures used; and
- Added value delivered as part of the project, specifically, environmental initiatives, value engineering and community benefits.
Higher marks shall be awarded to responses which fully address the points stated above in turn and evidence experience of successful delivery of a project of similar size and scope.
Your response is limited to 3 A4 pages, excluding images and diagrams.
Question 2- 50%
Please provide a statement which must detail the following:
- A brief overview of your organisation and a company Organogram detailing reporting lines;
- A summary of the skills, educational qualifications and professional qualifications of both your operations and tradespeople which contribute to the successful delivery of projects of a similar scale, complexity and nature as the Peffer Place Business Park project;
- Details of any membership of a professional or trade body, independent certification under ISO 9001 or equivalent scheme and any internal/external Quality Management System that is in place within your organisation;
- Details of any element of work that would be sub-contracted, with details of the sub-contractor’s skills, educational qualifications and professional qualifications provided. Otherwise, please provide the criteria you will be assessing when appointing these sub-contractors;
- Details of your organisation’s experience of working within a site containing an existing tenant, working in close proximity to this active business and on a site with a live building. Please also detail what your approach was to liaising with this tenant to mitigate any potential unhappiness from the tenant and ensuring that their business could continue to be operational during the project; and
- Details of Health and Safety management procedures of your organisation and record of following in past 5 years; accident, near misses, reportable incidences, improvement notices and prohibition notices.
Higher marks shall be awarded to responses which demonstrate a high level of competency within your organisation and commitment to quality within your organisation and wider supply chain.
Your response is limited to 2 A4 pages, excluding images and diagrams.
CONTRACT SPECIFIC MANDATORY CRITERIA
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1
It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Tenderers should confirm that this condition has been met within the response to this question. Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition.
III.2) Amodau sy’n gysylltiedig â’r contract
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 gyfyngedig
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.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
20/12/2023
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
12/01/2024
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: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
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
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 25602. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
The tenderer shall be expected to offer Community Benefits in the delivery of the works.
(SC Ref:750280)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date 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.
VI.5) Dyddiad anfon yr hysbysiad hwn
20/11/2023