United Kingdom-Paisley: Overhaul and refurbishment work

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Paisley: Overhaul and refurbishment work
OJEU (High Value) 417091-2020
Type Invitation to tender
Date Published 2020-09-04
Deadline 2020-09-30 12:00:00
Nature Of Contract Public works contract
Awarding Authority
Procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Renfrewshire Council
Postal address: Renfrewshire House, Cotton Street
Town: Paisley
Postal code: PA1 1JB
Country: UK
Contact person: Nicola Hainan
Telephone: +44 7958009541
E-mail: nicola.hainan@renfrewshire.gov.uk
NUTS code: UKM83
Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile (URL): https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

Communication
I.3) Procurement documents
(URL):https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority: REGIONAL AUTHORITY

Main Activity
I.5.1) Main Activity: GENERAL PUBLIC SERVICES

Section II: Object of Contract


Title:
Paisley Town Hall Re-development — Main Works

Reference number: RC-CPU-19-286

II.1.4) Short description
The purpose of this project is to implement the design, upgrade and modernisation of the category A listed Paisley Town Hall as part of the longer-term regeneration of Paisley Town Centre.

The vision for the upgraded Paisley town Hall is: ‘To create a flagship venue for Paisley, Renfrewshire and West Central Scotland, enriching contemporary civic and cultural life’.

The upgrading of Paisley Town Hall is identified as a key element of the longer-term regeneration of Paisley Town Centre. The lifecycle maintenance upgrade with additional facilities will provide a modern facility that is fit for purpose within an important historic building, supporting and developing the regeneration of Paisley town centre.

The form of contract for the works is SBCC Standard Building Contract With Quantities For Use in Scotland, SBC/Q/Scot 2011 Edition as supplemented and amended by the Council specific ‘Employer's Amendments’.

II.01) Estimated value excluding VAT:
GBP 16900000

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: UKM83
II.2.3.2) Main site or place of performance:
Paisley Town Hall.

II.1.4) Short description
The purpose of this project is to implement the design, upgrade and modernisation of the category A listed Paisley Town Hall as part of the longer-term regeneration of Paisley Town Centre.

This procurement exercise is a re-tender from a previously cancelled procurement. The nature of this requirement remains the same.

II.2.5) Award criteria:

Criteria: Quality
Weighting: 40
Cost/Price
Weighting: 60
Value excluding VAT: GBP 16900000
II.02.07) Duration in months 19
II.2.7.5) This contract is subject to renewal: no
II.2.9) Envisaged number of candidates 5
II.2.9,4) Objective criteria for choosing the limited number of candidates:
4C.1.A Technical and professional ability (40 %)

4C.1.B Contractor designed portions (5 %)

4C.1.C Working in an existing building (20 %)

4C.1.D Workforce qualifications and Experience (5 %)

4C.1.E Achieving excellence in the delivered facility (20 %)

4C.1.F Health and safety (10 %).

In respect of the scored questions 4C 1 A-F for the invitation to participate a bidder must achieve a technical score of 70 % to be invited to the tender (initial stage — stage 2). Where the Council is unable to select a preferred tender following the initial stage, the Council reserves the right to further reduce candidate numbers after evaluation of the Initial stage tender submissions to the three top ranking tenderers for the negotiation stage (stage 3).

II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

The stages of this CPN are an invitation to participate (Stage 1); invitation to tender (Initial Stage 2); negotiation — if deemed necessary, the council reserve the right to negotiate on the statement of requirements for this contract based on tender submission for initial stage 2 (Negotiation Stage 3); invitation to tender (Final Stage 4).


Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

III.1.2.3) List and brief description of selection criteria
Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these works.

The Council will require bidders to have a (‘general’) yearly turnover of GBP 33.5 million and to evidence this level of turnover in the previous 3 years. Failure to meet this mandatory requirement will result in exclusion from the procurement process.

The Council will also require the economic operator to evidence where possible they have a Dun and Bradstreet failure score of no less than 30. The Council recognises that many businesses have been directly affected by the Coronavirus pandemic and therefore may be unable to meet the D&B score. Where an economic operator wishes to be considered for selection under this contract but cannot meet the D&B score that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Examples, but not an exclusive list, of the financial information the Council would consider are: parent and/or ultimate parent company audited accounts for the most recent 3 financial years (if applicable); guarantees and bonds; bankers’ statements and references (including confirmation of value and duration of credit facilities); management accounts and financial projections including cash flow forecasts (approved by the Chief Financial Officer); order book pipeline; details and evidence of previous contracts, including contract values; and other evidence of capital availability. Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information.

Where the economic bidder relies upon or intends to reply upon any key sub-contractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and

Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require each consortia member to meet the financial selection requirements contained in the procurement documents.

The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents.

III.1.2.4) Minimum level(s) of standards possibly required
Turnover — bidders will be required to have a minimum ‘general’ yearly turnover of GBP 33.5 million for the last 3 years.

Insurance — it is a requirement of this contract that bidders hold or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below

Employers liability – minimum GBP 10 million, each and every claim.

Contractors’; ‘All Risks’ Insurance (‘CAR’) = the value of the works +15 %.

Construction third party liability insurance (public liability) = not less than GBP 75 million in respect of any one occurrence, the number of occurrences being unlimited, but in the aggregate in respect of pollution and contamination liability;

Professional indemnity insurance = not less than GBP 10 million, any one claim or series of claims arising from one single incident and in relation to the works, such insurance shall be in place from the commencement of the Works until no less than twelve (12) years after the actual completion date or, if earlier, after the date of termination of the construction contract.

Motor vehicle insurance = unlimited in respect of death or injury and a minimum GBP 5 million in respect of property damage.

Other economic and financial standing criteria; Dun and Bradstreet — failure score of no less than 30.

III.1.3.2) List and brief description of selection criteria
— quality assurance,

— health and safety,

— environmental management,

— previous experience,

— technicians or technical bodies,

— supply chain management,

— manpower,

— tools, plant and technical equipment,

— subcontracting,

— technical and professional ability,

— contractor designed portions,

— working in an existing building,

— workforce qualifications and experience,

— achieving excellence in the delivered facility,

— health and safety.

Further detail is contained within the procurement documents.

III.1.3.3) Minimum level(s) of standards possibly required
Bidders must achieve a technical score of 70 % and above in order to proceed to the initial tender stage of the process.

Bidders will be required to provide examples of works carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4) of the OJEU contract notice or the relevant section of the site notice.

Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4) in the OJEU contract notice or the relevant section of the site notice.

Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU contract notice or the relevant section of the site notice.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or demonstrate equivalent standard).

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 demonstrate equivalent standard) certificate.

III.2.2) Contract performance conditions
The contract will include performance conditions including those in relation to fair working practices and community benefits.

III.2.3) Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1.1) Type of procedure: Competitive Negotiation
IV.1.1) Type of procedure: Competitive procedure with negotiation
IV.1.4) Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-09-30
IV.2.2) Local time 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2020-10-09


IV.2.6) Duration in months (from the date stated for receipt of tender): 5

Section V: Complementary information


VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Additional Information:

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.

The Council reserves the right to award the contract to a preferred tender after Stage 2 without use of Stage 3 or Stage 4. Stages outlined in II.2.14).

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 16893. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

Tenderers will have to complete a community benefit outcome menu and supporting methodology as part of the evaluation criteria at the tender stage. Further information in regards to the community benefits being sought for this contract will be contained in the invitation to tender.

(SC Ref:628989)


Review body:
Official name: See VI.4.3 below
Town: See VI.4.3 below
Country: UK
VI.4.3) Precise information on deadline(s) for review procedures
An economic operator that suffers or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.


Section VI

Date of dispatch of this notice : 2020-08-31

CPV Codes
45453000; Overhaul and refurbishment work;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.