Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 19th Mar 2025
Reference | ocds-h6vhtk-04c31c |
Common Procurement Vocabulary | Construction work for buildings relating to leisure, sports, culture, lodging and restaurants |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 19th Mar 2025
Reference | ocds-h6vhtk-04c31c |
Common Procurement Vocabulary | Construction work for buildings relating to leisure, sports, culture, lodging and restaurants |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
procurement [at] moray.gov.uk
Telephone
+44 1343563137
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
Buyer's address
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
181121 Elgin Town Hall Main Contractor
Reference number
181121
II.1.2) Main CPV code
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
II.1.3) Type of contract
Works
II.1.4) Short description
Moray Council is leading the redevelopment of the ‘Grade B listed’ Elgin Town Hall and forms part of the overarching Cultural Quarter project.
The building is currently a thriving multi-use venue which hosts community events and touring acts. The existing auditorium is capable of hosting 550 patrons.
The redevelopment provides a complete reconfiguration and refurbishment of the existing building and performance spaces with new specialist and state-of-the-art technical infrastructure complete with stage engineering, stage lighting and audio visual systems.
The building will have a new inviting and modern-day foyer and entrance plaza added to the current north east elevation.
A new build extension is also allowed to the rear of the existing building which will provide a new 90 seat studio theatre with support accommodation.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212320 - Construction work for buildings relating to artistic performances
II.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
Elgin
II.2.4) Description of the procurement
Moray Council is leading the redevelopment of the ‘Grade B listed’ Elgin Town Hall and forms part of the overarching Cultural Quarter project.
The building is currently a thriving multi-use venue which hosts community events and touring acts. The existing auditorium is capable of hosting 550 patrons.
The redevelopment provides a complete reconfiguration and refurbishment of the existing building and performance spaces with new specialist and state-of-the-art technical infrastructure complete with stage engineering, stage lighting and audio visual systems.
The building will have a new inviting and modern-day foyer and entrance plaza added to the current north east elevation.
A new build extension is also allowed to the rear of the existing building which will provide a new 90 seat studio theatre with support accommodation.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
14 July 2025
End date
20 March 2027
This contract is subject to renewal
Yes
Description of renewals
As terms of the agreement allow
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) 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.
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
1 The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below.
2 Requirement - Other economic or financial.
Minimum level(s) of standards possibly required
1 Employer's (Compulsory) Liability: 10,000,000 GBP
Public Liability: 10,000,000 GBP
Other Insurance: Insurance against Professional Indemnity Insurance
Minimum Amount: 5,000,000 GBP
Type: Insurance against Contractor's All Risk Insurance
Minimum Amount: 100%
2 The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator.
Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing.
The bidder is required to provide a copy of the last 2 or 3 audited financial statements as evidence of their compliance to meet their statutory obligations.
III.1.3) Technical and professional ability
List and brief description of selection criteria
1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
2 Requirement - Qualifications
Minimum level(s) of standards possibly required
Minimum number of relevant examples: 3
1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described. Provide three recent examples of projects similar to Elgin Town Hall. Across your examples, you must prove experience of the following:
NEC3/4 Contracts
Working with Listed Buildings
Public buildings
Specialist installations
Explain in what ways the examples are relevant to Elgin Town Hall and how this will inform your approach to the project.
2 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
Considerate Constructor, Relevant CSCS Cards (Construction Skills Certification Scheme).
And:
Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:
SMSTS (Site Management Safety Training Scheme) or equivalent.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-039466
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
30 April 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
30 April 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) 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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28565. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Bidder is to propose how they will contribute to local economic growth by working in partnership with a range of provision funded and supported by the Moray Pathways Local Employability Partnership.
(SC Ref:793177)
VI.4) Procedures for review
VI.4.1) Review body
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
elgin [at] scotcourts.gov.uk
Telephone
+44 343542505
Country
United Kingdom