Internal and External Refurbishment of Printworks Manchester has been closed on 21 Oct 2021. It no longer accepts any bids. For further information, you can contact the Glasgow City Council
Bellow, you can find more information about this project:
Location: United Kingdom
Glasgow City Council
Construction & Engineering
Closed
14 Sep 2021
21 Oct 2021
Not available
Jeremy Powell
Jeremy Powell
Jeremy Powell
+44 141429888
+44 1612411444
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Glasgow City Council (as administering authority for the Strathclyde Pension Fund)
Chief Executives Department, City Chambers
Glasgow
G2 1DU
UK
Contact person: Jeremy Powell
Telephone: +44 1612411444
E-mail: [email protected]
NUTS: UK
Internet address(es)
Main address: https://www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30519
The contract is awarded by a central purchasing body
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from another address:
Avid Property Consultants Ltd
2A Swordfish Business Park, Swordfish Close
Burscough
L40 8JW
UK
Contact person: Jeremy Powell
E-mail: [email protected]
NUTS: UKD33
Internet address(es)
Main address: www.avid.eu.com
Tenders or requests to participate must be sent to the following address:
Avid Property Consultants Ltd
2A Swordfish Business Park, Swordfish Close
Burscough
L40 8JW
UK
Contact person: Jeremy Powell
E-mail: [email protected]
NUTS: UKD33
Internet address(es)
Main address: www.avid.eu.com
Regional or local authority
General public services
Internal and External Refurbishment of Printworks Manchester
Reference number: 5620
45210000
Works
This contract is to appoint a contractor to carry out the internal and external refurbishment of the Printworks integrated leisure destination in Manchester. The site is bounded by Corporation Street, Withy Grove, Balloon Street and Dantzic Street. The building is arranged over five levels and comprises a variety of leisure uses and identities: a 20-screen cinema, family leisure attractions, health club, night club, and several restaurants and bars.
The works will include but is not limited to the following:
- refurbishment of the external heritage façade
- replacement of external signs with LED screens
- replacement of main LED screen
- renewal of principle entrances
- new external cladding
- new external totem sign
- new flooring to internal street
- de-cluttering of internal elevations
- overclad of sections of internal walls with copper cladding
- new lighting
- new audio system
- high level LED screens to whole of ceiling
- removal on internal bridges
- sprinkler works
- new cladding to internal kiosk
- artwork wrap to internal elevation
- LED screen to the Pumpyard.
- Upgrade to sub station
Value excluding VAT: 10 000 000.00 GBP
This contract is divided into lots: No
NUTS code:
UKD33
This procurement is being conducted on behalf of DTZ Investors for Glasgow City Council as administering authority for the Strathclyde Pension Fund (SPF). SPF is part of the Local Government Pension Scheme (LGPS) and is one of 11 LGPS funds in Scotland and around 100 in the UK.
This contract is being procured under the Open Procedure. All bidders should complete the SPD, and those compliant responses meeting the minimum requirements will proceed to have their ITT responses evaluated against the award criteria. The contract will not be divided into lots as this would make the execution of the contract excessively technically difficult.
Criteria below:
Quality criterion: Scope of Requirements / Weighting: 15
Quality criterion: Implementation - programme / Weighting: 20
Quality criterion: Key issues-understanding / Weighting: 20
Quality criterion: Resource and Key Personnel / Weighting: 10
Price / Weighting: 35
Value excluding VAT: 10 000 000.00 GBP
Start: 03/12/2021
End: 21/10/2022
This contract is subject to renewal: No
Variants will be accepted: No
Options: No
The procurement is related to a project and/or programme financed by European Union funds: No
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.
As above, all communications from tenderers on this procurement should be sent to [email protected]
List and brief description of selection criteria:
In relation to Question 4B.1.1 of SPD, bidders must comply with the undernoted financial requirements in relation to Minimum Turnover, Trading Performance and Liquidity in order to participate in the tendering process:-
- Minimum Turnover
Bidders must show it has a ‘general’ yearly turnover of no less than GBP 50 million in their last five financial years.
- Trading Performance Ratio
An overall positive outcome on pre-tax profit over a 5-year period. Exceptional items occurring in the normal course of business and non-recurring items can be excluded from calculation.
- Liquidity Ratios
Current Ratio - Current Assets/Current Liabilities
Leverage Ratio - Long-term Bank Debt/Net Worth
Bidders must achieve a score of 5 and above from a combination of above two liquidity ratios.
Minimum level(s) of standards required:
Current Ratio
Range Score
0.00 to 0.80 0
0.81 to 0.90 1
0.91 to 1.00 2
1.01 to 1.10 3
1.11 to 1.20 4
1.21 and above 5
Leverage Ratio
0.01 to 19.99 5
20.00 to 39.99 4
40.00 to 59.99 3
60.00 to 79.99 2
80.00 to 100.00 1
Intangibles can be included for purposes of the Net Worth figure.
The above ratios and minimum turnover requirements should be calculated on last set of accounts filed at Companies House.
For non-UK Companies, ratios and minimum turnover should be calculated on information contained in the most recent audited accounts.
Bidders who have been trading for less than 5 years must provide evidence that they have met the above minimum financial requirements for the period during which they have been trading.
Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.
Where the bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements.
Further information may be from the bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove their economic and financial standing.
In relation to Question 4B.5.1 – 4B.5.3 of the SPD, bidders must demonstrate the following minimum requirements on the levels of insurance cover: -
- Bidders shall take out and maintain, throughout the period of the contract, Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (GBP 10,000,000) in respect of any one event and unlimited in the period;
- Bidders shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least TEN MILLION POUNDS STERLING (GBP 10,000,000) in respect of any one event and unlimited in the period;
- Bidders shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least TEN MILLION POUNDS STERLING (GBP 10,000,000) in respect of any one event and in the aggregate; and
- Bidder shall take out and maintain throughout the period of their services Professional Indemnity insurance to the value of at least TEN MILLION POUNDS STERLING (GBP 10,000,000) in respect of any one event.
Insurance of the works as detailed in Clause 6.7C of JCT Design and Build 2016 or equivalent clauses in the joint names of the Employer and Contractor.
List and brief description of selection criteria:
In relation to Question 4C.1 of the SPD, please provide examples of 3 projects within the last 5 years that evidence your organisation has the required experience and competency as Principal Contractor in carrying out works within a large leisure complex / shopping centre, demonstrating the ability to undertake works in ‘live’ environment and also managing works that in some instances will of necessity be undertaken out of hours.
Please include with your response customer name/address, phone number, contract reference and description of works, value of contract, duration of works detailing and over run if applicable.
Minimum level(s) of standards required:
Bidders must score a minimum threshold of 80 for each of the 3 examples. Any bidder who fails to achieve the minimum points threshold will be disqualified. Please see the scoring methodology contained in the ITT.
Open procedure
The procurement is covered by the Government Procurement Agreement: No
Date: 21/10/2021
Local time: 12:00
EN
Tender must be valid until: 21/02/2022
Date: 21/10/2021
Local time: 12:00
This is a recurrent procurement: No
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
This procurement is being conducted by Avid Property Consultants for Glasgow City Council as administering authority for the Strathclyde Pension Fund (SPF). SPF is part of the Local Government Pension Scheme (LGPS) and is one of 11 LGPS funds in Scotland and around 100 in the UK.
The successful bidder will be required to sign an Insurance Mandate authorising the Council to request copies of insurance documents from the bidder’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.
In relation to Q.2A.16, bidders should confirm whether they are registered with Avetta.
Please download the SPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=472989
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=666966.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
The works are to be undertaken at a site in Manchester outside of Scotland.
(SC Ref:666966)
Glasgow Sheriff Court
PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
UK
Telephone: +44 141429888
E-mail: [email protected]
Internet address(es)
URL: https://glasgow.gov.uk
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
UK
Telephone: +44 141429888
E-mail: [email protected]
Internet address(es)
URL: https://glasgow.gov.uk
Precise information on deadline(s) for review procedures:
Court proceedings can be brought in either the sheriff court or Court of Session. Any proceedings relating to a breach of a duty owed by Glasgow City Council to a bidder under the Public Contracts (Scotland) Regulations 2015 in relation to this procurement must be started within 30 days beginning with the date on which the bidder first knew or ought to have known that grounds for beginning the proceedings had arisen. The 30-day limitation period can exceptionally be extended by the Court for up to three months from the deemed date of knowledge if satisfied that there is a good reason for doing so.
14/09/2021
Receive Daily Tenders and Grants notifications
Subscribe nowFeatured tenders
Enter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home pageEnter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home page