Contract

Provision of Design Team Services for SRUC’s Rural Veterinary Hub, Inverness

  • SRUC

F03: Contract award notice

Notice identifier: 2021/S 000-000529

Procurement identifier (OCID): ocds-h6vhtk-028965

Published 11 January 2021, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

SRUC

Peter Wilson Building , Kings Buildings West Mains Road

Edinburgh

EH9 3JG

Email

procurement@sruc.ac.uk

Telephone

+44 01315354000

Fax

+44 01315354314

Country

United Kingdom

NUTS code

UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey

Internet address(es)

Main address

http://www.sruc.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00021

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Other type

Higher Education, Research, and Consultancy

one.5) Main activity

Other activity

Higher Education, Research, and Consultancy


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Design Team Services for SRUC’s Rural Veterinary Hub, Inverness

Reference number

18547

two.1.2) Main CPV code

  • 71221000 - Architectural services for buildings

two.1.3) Type of contract

Services

two.1.4) Short description

With funding support from ERDF and to be located on Highlands and Islands Enterprise’s Inverness Campus, the Rural Veterinary Hub will have a holistic remit that embraces both the people and the environment in which rural enterprises operate; including zoonoses (animal diseases that transmit to humans) and aspects of climate change all of which have a significant effect on the rural and local business economy of the North of Scotland. SRUC's Consulting and Veterinary Services will co−locate to the Hub in order to help bridge the relationship between industry and research, so promoting innovative new approaches in existing and new rural SME businesses.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £305,840 / Highest offer: £426,810 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71240000 - Architectural, engineering and planning services
  • 71242000 - Project and design preparation, estimation of costs
  • 79932000 - Interior design services

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Highlands and Islands Enterprise

Inverness Campus

Inverness

IV2 5NA

two.2.4) Description of the procurement

The Design Team must provide all services and disciplines required to develop and deliver a complete design which achieves the SRUC’s brief. The design specialisms and advisory services to be provided include (but not limited to):

-Lead Designer

-Architect (including Landscape)

-Mechanical, Electrical and Plant Designer

-Environmental & Sustainability

-Civil & Structural Designer

-Interior Design

-Acoustician

-Fire Engineering Services

-Laboratory

-Other specialist advice as deemed necessary

-Principal Designer (CDM 2015)

-BIM Information Manager

-NEC 4 Supervisor & Stage 5 Design Advisory Services

Within each tender submitted an ESPD response is required. Tenderers should note the following selection criteria:

Part IV A: Suitability

Each professional discipline of the Design Team must comprise, as a minimum, membership of at least one of the following professional bodies:

-Architect: RIBA / RIAS / ARB

-Civil/Structural Engineer: MIStructE / CEng / ACE

-Mech/Elec Engineer: MICE / MIET / IEng / CEng / MCIBSE / ACE

Part IV B: Economic and Financial Standing

All organisations comprising the Design Team must disclose:

1.their (“general”) yearly turnover for the previous three financial years. The minimum acceptable turnover is GBP 400,000 per annum;

2.that their insurance cover meets the following levels:

Employer’s Compulsory Liability Insurance (GBP 10 million)

Professional Indemnity Insurance (GBP 5 million)

Public Liability Insurance (GBP 10 million)

two.2.5) Award criteria

Quality criterion - Name: Professional Ability & Resources / Weighting: 16

Quality criterion - Name: Methodology and Business Approach / Weighting: 24

Quality criterion - Name: Risks and Opportunities / Weighting: 10

Quality criterion - Name: Sustainability / Weighting: 5

Quality criterion - Name: Equality, Diversity & Inclusivity / Weighting: 5

Quality criterion - Name: Presentation of Proposal / Weighting: 15

Price - Weighting: 25

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Programme 2014UK16RFOP004 for European Structural Funds


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 205-500580


Section five. Award of contract

Contract No

18547

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 January 2021

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Threesixty Architecture

Third Floor, Moray House, Bank Street

Inverness

IV1 1QY

Telephone

+44 1463729929

Country

United Kingdom

NUTS code
  • UKM - SCOTLAND
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £305,840 / Highest offer: £426,810 taken into consideration


Section six. Complementary information

six.3) Additional information

(SC Ref:640813)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Royal Institution of Chartered Surveyors in Scotland

9 Manor Place

Edinburgh

EH3 7DN

Country

United Kingdom