The redevelopment and major refurbishment of Glencairn House

A Contract Award Notice
by WEST DUNBARTONSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Works)
Duration
1 year (est.)
Value
£7M-£8M
Sector
CONSTRUCTION
Published
18 Apr 2024
Delivery
To 13 Apr 2025 (est.)
Deadline
n/a

Concepts

Location

Dumbarton - G82 1QL

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

Description

The redevelopment and major refurbishment of Glencairn House to bring about the transformation of the B-Listed Glencairn House into a state-of-the-art library, museum and community facility. Including demolition of the rear extension, into a museum and new built element at the green at back to house the children’s library. The design will entail a number of specialist items such as cross laminated timber (CLT), bespoke ceramic façade as well as specialist sprinkler system.

Total Quantity or Scope

The redevelopment and major refurbishment of Glencairn House will bring about the transformation of the B-Listed Glencairn House into a state-of-the-art library, museum and community facility. Description of the works: - Renovation of the existing Category B listed Glencairn House to form a new lending library and local history museum. Fabric repair works were carried out in 2017, so the building is in good condition, but full internal fit out including installation of a new lift and stairs, building services, internal finishes, etc is required. The fire strategy requires the installation of a sprinkler system throughout. The existing 1920s shop front windows and entrance door is to be replaced. - Demolition of the existing dilapidated extension to the rear. This extension shares a party wall with neighbours on two sides. - Construction of new three storey extension to the rear of Glencairn House including a CLT superstructure, bespoke ceramic cladding, pile foundations, new slappings in the rear wall of Glencairn House to connect the two structures, sprinkler system, heat pumps, etc. - Construction of a standalone single storey children’s library on the brownfield site. The children’s library will have a CLT superstructure and bespoke ceramic cladding as well as a Changing Place WC. - Landscaping of a new children’s library garden retaining an existing mature tree. - Creation of a new external plant area to house the sprinkler tank, heat pumps, generators, and other plant. - Given the listing of the building, as well as its location in the town centre conservation area, all works to the existing fabric must be carried out to high quality, conservation standards. - The ceramic cladding was developed in conjunction with an artist, and will form a significant feature in the townscape. A sample tile was submitted as part of the planning application and exact matching of this glaze in terms of quality and colour forms part of the planning conditions. - The site is restricted in terms of access, and will require careful planning and sequencing of works. - The aspiration is to create a low carbon building. The contractor will be expected to collaborate with the design team to achieve the best possible outcome in this regard. The tender exercise will identify a competent contractor with the capability and capacity to take on such a project and include considerations for the specialist nature of certain aspects as outlined above. Project Information: The client is West Dunbartonshire Council. Location, Glencairn House, 95 High Street, Dumbarton, G82 1LF The construction value is in the region of 5M to 6M GBP. The designs are by Page & Park Architects. The Project Manager is Turner & Townsend Project Management Limited The form of contract will be SBCC Standard Building Contract with Quantities, including Contractor's Design Portion (CDP) items. The works contractor appointment is expected in early 2024. Commencement on site expected first quarter 2024 with a construction period of 52 weeks. The site is in the heart of Dumbarton town centre and there will be public interest in the project. The project is expected to achieve an EPC rating of A. The project is expected to realise social benefits/community benefits through the construction phase including delivering training opportunities. The project is expected to include specialist sub-contractors to deliver the requirements of the building works where appropriate, in particular in relation to the ceramic cladding support system. The Contractor may be asked to carry out a whole life carbon assessment of the building during the construction and provide metrics to the Client on completion identifying the achieved embodied carbon and expected operation carbon. Further detail of the project can be obtained within the PQQ statement of requirements (SOR).

Award Detail

1 Clark Contracts (Paisley)
  • Reference: 2122-39
  • Num offers: 8
  • Value: £7,143,196.55-£8,137,567
  • Contractor is an SME.

Award Criteria

Works Delivery & Methodology - 'quality fit for purpose work 18.0
Project Plan - 'quality fit for purpose work 3.0
Staffing Project Team Structure -'Service experience, education, training 1.5
Contract Monitoring and Management 1.5
Social Benefits 3.0
Sustainability 2.4
Commitment to Fair Working Practices / Fair Work First 0.6
PRICE 70.0

CPV Codes

  • 45210000 - Building construction work
  • 45000000 - Construction work
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45211360 - Urban development construction work
  • 45310000 - Electrical installation work
  • 45400000 - Building completion work
  • 45111213 - Site-clearance work

Indicators

  • Award on basis of price.

Other 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 "supplier certificates & additional Selection Criteria" should be made available at the Request for Documentation stage on PCS-T. WD04 Parent Company Guarantee (only if required) WD09 WDC Financial Vetting Questionnaire WD15 Police Scotland Checks The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender. Minimum requirements Q4D.1 Mandatory Pass/Fail Question – Quality Management Procedures The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), Q4D.1 Mandatory Pass/Fail Question –Health & Safety The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. Q4D.1 Mandatory Pass/Fail Question –Environmental Systems or standards 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 equivalent) certificate, Discretionary Scored Questions –scored in line with the “Evaluation Methodology” detailed in WD01. (SC Ref:763948)

Reference

Domains