Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Mackintosh Restoration Project — Principal Contractor.

  • First published: 20 November 2015
  • Last modified: 20 November 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Glasgow School of Art
Authority ID:
AA21039
Publication date:
20 November 2015
Deadline date:
18 December 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

As widely reported, on 23.5.2014 the Mackintosh Building was damaged by a fire which destroyed a number of key spaces on the West side of the building and significantly affected other areas. As such, the entire building is presently out of use.

The Glasgow School of Art (GSA) is fully committed to reconstructing and restoring the Mackintosh Building to its full glory and is seeking to commence implementing the necessary works with immediate effect. In delivering this goal it has the backing of government agencies at national and local levels and the support of benefactors from the around the world. GSA considers the Mackintosh Building Project to be one of the most sensitive and culturally significant restoration projects in Europe at this moment.

GSA is seeking to appoint a suitably skilled and experienced Principal Contractor to complete the Works for the reconstruction/ renovation of its Mackintosh Building at 167 Renfrew Street, Glasgow.

NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 4934 under PQQs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the PQQ it will move to your My PQQs area.

For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf

If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Glasgow School of Art

167 Renfrew Street

Glasgow

G3 6RQ

UK

Procurement

Michael McLaughlin

+44 1413534500



http://www.gsa.ac.uk/

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00197

www.publiccontractsscotland.gov.uk
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Mackintosh Restoration Project — Principal Contractor.

II.1.2(a))

Type of works contract

Checked box Unchecked box
Unchecked box

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Scotland.



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

As widely reported, on 23.5.2014 the Mackintosh Building was damaged by a fire which destroyed a number of key spaces on the West side of the building and significantly affected other areas. As such, the entire building is presently out of use.

The Glasgow School of Art (GSA) is fully committed to reconstructing and restoring the Mackintosh Building to its full glory and is seeking to commence implementing the necessary works with immediate effect. In delivering this goal it has the backing of government agencies at national and local levels and the support of benefactors from the around the world. GSA considers the Mackintosh Building Project to be one of the most sensitive and culturally significant restoration projects in Europe at this moment.

GSA is seeking to appoint a suitably skilled and experienced Principal Contractor to complete the Works for the reconstruction/ renovation of its Mackintosh Building at 167 Renfrew Street, Glasgow.

NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 4934 under PQQs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the PQQ it will move to your My PQQs area.

For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf

If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.

II.1.6)

Common Procurement Vocabulary (CPV)

45454100
45111000
45111100
44900000
44912200
45210000
45200000
45260000
45262000
45440000
45261320
45232452
45100000
45321000
45320000
51100000
50710000
45311000
45430000
45420000
45421000
45421140
44111300
45400000
45450000
98113000
45422000
44230000
71530000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Following the fire in the Category A listed Mackintosh Building, GSA is fully committed to reconstructing and restoring the Mackintosh Building to its full glory. GSA is seeking to appoint a Principal Contractor to undertake the Works required, commencing June 2016.

GSA is aiming to return the Mackintosh building to use for academic year 2018/19.

As a first step to awarding the main contract for this project, this Pre-qualification Questionnaire has been drafted in order to assess the quality of the Candidates who are seeking the appointment. After evaluation, the highest five ranking Candidates will be invited to tender.

Following a two-stage, open book, traditional tendering approach, the appointment will be made under a single contract arrangement with all other services being employed through a sub-contract arrangement to the Principal Contractor, where necessary. It should be noted that in the first stage there will be a requirement to undertake an element of works.

It is intended that the terms of the contract will be based on a SBCC standard form of contract together with project specific amendments to the standard form conditions.

25 000 00035 000 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

 30-06-2016 02-07-2018

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Details to be provided in the Invitation to tender.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Details to be provided in the Invitation to tender.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Where a consortium or other grouping of suppliers submits a bid, such consortia or grouping must nominate a lead organisation to deal with GSA on all matters relating the to Contract. All consortium members or grouping will be required to be jointly and severally liable in respect to the obligations and liabilities relating to the Contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

Details to be provided in the Invitation to Tender.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

Subject to Regulation 23 paragraph (2) of the Public Contract Scotland Regulations 2012, GSA MUST treat as ineligible and must not select a Candidate if GSA has actual knowledge that the Candidate or its directors or any other person who has powers of representation, decision or control of the Candidate has been convicted of any of the offences listed within this regulation and the PQQ document.

Subject to Regulation 23 paragraph (4) of the Public Contract Scotland Regulations 2012, GSA may treat a Candidate as ineligible or decide not to select a Candidate in accordance with these Regulations on one or more of the grounds described in this regulation or within the PQQ docuement.

III.2.2)

Economic and financial capacity




All candidates must provide a copy of your audited accounts or equivalent for the most recent two years, along with details of any significant changes since the last year end.

Where a consortium is proposed, this is also required for each member of the consortium.

Candidates are required to have a minimum average turnover of 25 000 000 GBP and will be rejected if this minimum turnover is not met, so as not to be exposed to undue financial risk.

Where this annual turnover figure is not met by the Candidates, consideration may be given to the parent company/group of companies. If the Candidate wishes to rely on the financial standing of its parent/group, then a minimum average annual turnover of at least 60 000 000 GBP is required.

The parent company/group must also be willing to provide a parent company guarantee.

Candidates must pass the financial analysis including financial ratios, credit and cash position and profitability.

Candidates confirm whether they have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated. Candidates that do not have, or cannot commit to obtain, the required levels of insurance may be excluded from further participation in this procurement exercise.

Employer's (Compulsory) Liability Insurance = GBP 10 000 000

Product Liability Insurance = GBP 10 000 000

Professional Indemnity Insurance (Each and every claim policy) = GBP 10 000 000

Public Liability Insurance = GBP 10 000 000

Plant and Equipment Insurance.

Motor Insurance.


III.2.3)

Technical capacity


(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years;

(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards;

(4) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided;

(5) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;

(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract;

(7) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate;

(8) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;

(9) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

5

Objective criteria for choosing the limited number of candidates

The following criteria will be minimum requirements and Pass/Fail.

Submission of accounts for previous 2 years.

Minimum average annual turnover of GBP 25 000 000

Financial Analysis.

The Candidate shall satisfy minimum insurance requirements as noted in PQQ document.

The Candidate holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

The Candidate comply with the statutory obligations under the Equality Act 2010 (or equivalent).

The Candidate must willing to undertake the duties of Principal Contractor.

Candidates will be scored on Technical and Professional ability including Technical Experience using Case studies, Staffing and resources, Subcontracting policy, Environmental standards, Health and Safety standards,Community benefits.

Full details are provided within the PQQ documents.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

MRP008

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 18-12-2015  13:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 15-02-2016

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Candidates must respond to the PQQ through PCS-T

(SC Ref:421169)

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

— Work experience placements for full-time students and/or

programme-led apprenticeships;

— Training and development;

— Engagement with third sector organisations;

— Engagement with the Prince's Trust (or equivalent); and

— Engagement with the Glasgow arts communities.

The contractor will be expected to demonstrate that they have a commitment to apprenticeships and broader community benefit through outreach work, open days, representation at seminars and skills training — especially in the field of traditional craft and materials. Links and programme associations with organisations such as the Princes Trust (or equivalent) and Glasgow City Heritage Trust (or equivalent) who operate outreach programmes allied to these areas may be able to assist in the formulation of such activities.

I.1) Name, addresses and contact point(s):

Electronic access to information: Yes

Electronic submission of tenders and requests to participate: Yes. Access through www.publiccontractsscotland.gov.uk Tenders to be submitted through PCS-T.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

GSA will incorporate a minimum 10 calendar day standstill period following electronic notification to unsuccessful applicants of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2012 may bring proceedings in the Sheriff Court or Court of Session.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 17-11-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Glasgow School of Art

167 Renfrew Street

Glasgow

G3 6RQ

UK

Procurement

Michael McLaughlin

+44 1413534500


http://www.gsa.ac.uk/

II)

Address and contact points from which specifications and additional documentation may be obtained



Glasgow School of Art

167 Renfrew Street

Glasgow

G3 6RQ

UK


+44 1413534500


www.publictendersscotland.publiccontractsscotland.gov.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Glasgow School of Art

167 Renfrew Street

Glasgow

G3 6RQ

UK


+44 1413534500


www.publictendersscotland.publiccontractsscotland.gov.uk

Coding

Commodity categories

ID Title Parent category
44230000 Builders carpentry Structural products
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45422000 Carpentry installation work Joinery and carpentry installation work
44111300 Ceramics Building materials
71530000 Construction consultancy services Construction-related services
45111100 Demolition work Demolition, site preparation and clearance work
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
45232452 Drainage works Ancillary works for pipelines and cables
45311000 Electrical wiring and fitting work Electrical installation work
45430000 Floor and wall covering work Building completion work
45261320 Guttering work Erection and related works of roof frames and coverings
45421140 Installation of metal joinery except doors and windows Joinery work
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
45320000 Insulation work Building installation work
45420000 Joinery and carpentry installation work Building completion work
45421000 Joinery work Joinery and carpentry installation work
45450000 Other building completion work Building completion work
45440000 Painting and glazing work Building completion work
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
45454100 Restoration work Restructuring work
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
44912200 Sandstone Miscellaneous building stone
98113000 Services furnished by specialist organisations Services furnished by business, professional and specialist organisations
45100000 Site preparation work Construction work
45262000 Special trade construction works other than roof works Roof works and other special trade construction works
44900000 Stone for construction, limestone, gypsum and slate Construction structures and materials; auxiliary products to construction (except electric apparatus
45321000 Thermal insulation work Insulation work
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.