Main Contractor for LARIF 2a Animal Holding Facilities Relocation
A Tender Notice
by UNIVERSITY OF EDINBURGH
- Source
- Find a Tender
- Type
- Contract (Works)
- Duration
- 8 month
- Value
- £2M
- Sector
- CONSTRUCTION
- Published
- 14 Feb 2025
- Delivery
- To 13 Nov 2025 (est.)
- Deadline
- 18 Mar 2025 12:00
Concepts
Location






1 buyer
- Edinburgh University Edinburgh
Description
The University of Edinburgh will very shortly be going out to tender via a Restricted Procedure to engage a suitably qualified, resourced and experienced organisation as Main Contractor to undertake the construction of the LARIF Phase 2a project.
Total Quantity or Scope
The University of Edinburgh has a requirement to establish contracting arrangements for a Main Contractor to undertake the construction of the LARIF Phase 2a project. Large Animal Research Imaging Facility (LARIF) Phase 2a will be an animal holding building as part of LARIF of the University of Edinburgh, adjacent to the existing LARIF building at the Easter Bush campus. It consists of a single animal shed of steel structure, incorporating animal pens and staff amenities, finished with external walls, MEP services, FF&E and the internal fitout. The scope also includes the delivery of the drainage connection, external landscaping, and access road. It is proposed this procurement will be conducted through the use of the Restricted Procedure. The evaluation process shall be as follows. Stage 1 - Pre-Qualification via the submission of the completed SPD (Scotland). Bidders must pass the minimum standards (pass/fail) sections of the SPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within Section III 1.1 & 1.2 and Section VI (VI.3) of the Contract Notice. Bidders must complete the technical envelope in PCS-T. Specific statements detailing the requirement can be found within Section III 1.3 of the Contract Notice. SPD Technical Envelope Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10% and your submission scores 3 points out of 4 for that question then you will receive 7.5% out of a possible 10%. A 50% minimum threshold will apply, whereby only bidders achieving a total score greater or equal to 50% for their responses to the SPD scored questions will be considered for shortlisting. The top five Bidders based on the scored questions will be invited to submit a bid in response to the subsequent Invitation to Tender (ITT). Stage 2 - Invitation to Tender (ITT). The University will evaluate all shortlisted bidders’ ITT submissions via undertaking a Technical and Commercial evaluation. The ITT will be weighted at 50% Technical and 50% Commercial. The weightings of each technical question will be detailed within the ITT. Technical Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10% and your submission scores 3 points out of 4 for that question then you will receive 7.5% out of a possible 10%. For the Commercial evaluation, the Bidder who submits the lowest-cost bid will be awarded the maximum score (50) and others will be awarded a pro rata score in relation to the lowest bid. The technical and commercial scores will then be combined to give each bidder an overall total score and to calculate the winning bidder. Additional information: SPD 4D.1 applies - see section VI (VI.3) of this notice and the SPD documentation for full information.
Award Criteria
Quality | 50 |
price | 50 |
CPV Codes
- 45000000 - Construction work
- 45213240 - Agricultural buildings construction work
Indicators
- This is a one-off contract (no recurrence)
- Renewals are not available.
- Staff qualifications are relevant.
- Technical restrictions apply.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** SPD 4D.1 applies - statements below. SPD 4D.1 1st Statement Quality Management and Health and Safety 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). If the bidder does not hold UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following: A documented policy and procedures regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. SPD 4D.1 2nd Statement Quality Management and Health and Safety Procedures. 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. If the bidder does not hold 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 then the bidder have the following: A regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6569. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Refer to ITT documentation for information on Community Benefit Requirements. (SC Ref:790606)
Reference
- ocds-h6vhtk-04df0e
- FTS 005074-2025