Opportunity

Provision of Architect for the Charles Huang Advanced Technology & Innovation Centre (CH-ATIC) (RIBA Stages 0-7)

  • University of Strathclyde

F02: Contract notice

Notice reference: 2024/S 000-003192

Published 31 January 2024, 12:11pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1XQ

Contact

Kenneth Carlin, Category Manager

Email

kenneth.carlin@strath.ac.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Architect for the Charles Huang Advanced Technology & Innovation Centre (CH-ATIC) (RIBA Stages 0-7)

Reference number

UOS-30807-2023

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Strathclyde (“the University”) is seeking to establish a Contract for the Provision of Architect for the Charles Huang Advanced Technology & Innovation Centre (CH-ATIC) (RIBA Stages 0-7) (UOS-30807-2023).

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University of Glasgow.

two.2.4) Description of the procurement

The Brief is for the Consultant to provide architectural services for the construction of the Charles Huang Advanced Technology & Innovation Centre (CH-ATIC). This includes a range of services that fall under RIBA Stages 0-7. Please note, the Consultant will be required to perform the roles of Lead Designer, Architect & Principal Designer, and will be responsible for delivering the Scope in full either inhouse, or via subconsultants.

CH-ATIC will deliver a state-of-the-art Innovation & Entrepreneurship Hub that enhances the University’s delivery of one of the UK’s most dynamic and successful ecosystems for the creation of high potential innovation driven enterprises. CH-ATIC will also connect to the wider innovation district to support start-ups and SMEs to ensure inclusive growth and broaden the reach of our industry-led clusters through our collaborative R&D programmes and engagement activities.

CH-ATIC will create a dedicated Social Innovation Hub that connects the business, policy and legal expertise within our award-winning Business School and Humanities & Social Sciences Faculty, with our local communities and public bodies, to enable the translation of disruptive technologies and innovative solutions into viable and socially responsible, businesses, products and services.

Aligning with the UK and Scottish Governments’ commitment to net zero, CH-ATIC will aim to create an exemplar climate neutral building that responds to the climate emergency, and reflects innovative design and construction methods so that, as far as possible, the building is carbon neutral for energy and adapted to climate change. They will also escalate learning and deployment of innovative technologies, and construction solutions as we transition to net zero.

The project objectives, include, however, are not limited to:

- Working to a maximum construction contract value of c. GBP 18million, maximise the working space within the 8 floors, c. 60,000 square feet (5,535 sqm), and create a welcoming entrance to the building, with a new front façade and internal reception area:

- Refurbish the existing building to the design standard(s) / framework(s) specified by the University, it is envisaged that this will be as close to EnerPHit standard as possible, however, may include targets from other standards / frameworks (such as RIBA Sustainable Outcomes (2030) / Net Zero Public Sector Buildings Standard). This is in keeping with the University’s KPI16 commitment to achieve net zero by 2040 by targeting a saving of around two thirds of embodied carbon as compared with a new building, whilst targeting net zero in operation; and

- Create open, inclusive working spaces for multiple groups notionally (and flexibly) split by cluster (5G, Industrial Informatics, Fintech, HealthTech and Space), and organisation (University and non-University / partner spaces), that respond to the need for collaborative, quiet, private and group working spaces, promote collaboration and chance-encounters and encourage people to come into, stay and interact within the building.

Please note, the anticipated construction strategy is to adopt a two-stage design & build, whereby the University is intending to tender / appoint a Contractor under a PCSA during RIBA Stage 3 – Developed Design. At the end of RIBA Stage 4 – Technical Design, the University will either enter a works / construction contract with the same Contractor appointed under a PCSA, and tender the work packages via that same Contractor, or will conduct a new tender exercise to appoint a Contractor.

Please note, the University intends to novate only the Architect, M&E Engineer, and Civil / Structural Engineer to the appointed Contractor for the works / construction, prior to commencement of RIBA Stage 5 – Construction. Subconsultants will also novate as required, with reports to be assigned accordingly.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

Objective criteria for choosing the limited number of candidates:

SPD 4C.1.2 will be used as objective criteria for choosing the limited number of Candidates.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover

2. SPD (Scotland) Question 4B.5: Insurance Requirements

Minimum level(s) of standards possibly required

1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover

The Candidate will be required to have a minimum average yearly turnover of GBP 1,098,032 for the past 3 financial years.

2. SPD (Scotland) Question 4B.5: Insurance Requirements

It is a requirement that Candidates hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below;

SPD (Scotland) Question 4B.5.1a

Professional Risk Indemnity: maintain a minimum indemnity limit of GBP 10 million any one claim, and in the aggregate.

SPD (Scotland) Question 4B.5.1b

Employer's (Compulsory) Liability: maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.

SPD (Scotland) Question 4B.5.2

Public Liability: maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.

Motor Vehicle Insurance - maintain a minimum indemnity limit of GBP 5 million for Property Damage, and unlimited in respect of Third Party Injury.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. SPD (Scotland) Question 4C.1.2: Services

2. SPD (Scotland) Question 4D.1: Quality Assurance Schemes

3. SPD (Scotland) Question 4D.2: Environmental Management Standards

Minimum level(s) of standards possibly required

1. SPD (Scotland) Question 4C.1.2: Services

The Candidate will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

The Candidate must use the template provided for them (Appendix E) to answer question 4C.1.2 of their SPD (Scotland) response, which can be found in the "Appendices" folder within the "Buyer Attachments" area.

The Candidate MUST upload the completed document next to question 4C.1.2. DO NOT UPLOAD THIS DOCUMENT INTO THE “GENERAL ATTACHMENTS” AREA.

The below scoring methodology will be applied to the question.

Excellent response - 4

Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

Good response - 3

Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

Acceptable response - 2

Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g., previous experience, knowledge or skills may not be of a similar nature.

Poor response - 1

Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.

Unacceptable (Nil or Inadequate response) – 0

Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.

These questions will be scored by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied to all questions.

The Candidate is required to provide one (1) example of services which they have delivered in the past three years that demonstrates they have relevant experience and capacity to deliver the key elements of the services, as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice and noted individually below.

Please note, the Candidate is permitted to use the same example for one, several, and / or all of their responses, and is also permitted to provide different examples as required and / or appropriate, taking into consideration the requirements outlined under each question.

- Question / Example 1 - Sustainable Construction & Operation Project (25%)

- Question / Example 2 - Refurbishment Project (20%)

- Question / Example 3 - Commercial Mixed-Use Project (20%)

- Question / Example 4 - Budget Control Project (25%)

- Question / Example 5 - Engagement & Communication with Stakeholders (10%)

2. SPD (Scotland) Question 4D.1: Quality Assurance Schemes

Due to restrictions placed upon the character count by the advertising portal, the Candidate should refer to the full detail provided within the document "Appendix D - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITP (Invitation to Participate) on PCS-Tender (PCS-T). The Candidate must meet the relevant minimum level(s) of standards set out.

3. SPD (Scotland) Question 4D.2: Environmental Management Standards

Due to restrictions placed upon the character count by the advertising portal, the Candidate should refer to the full detail provided within the document "Appendix D - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITP (Invitation to Participate) on PCS-Tender (PCS-T). The Candidate must meet the relevant minimum level(s) of standards set out.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Contract, please refer to the tender documents (details of how to access these being set out in section 1.3) Communication, of this Contract Notice.

The University of Strathclyde will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the Contract (no matter the legal form taken by those entities in order to enter into the Contract).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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: 2023/S 000-037727

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 March 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 March 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

In line with regulation 72 of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 25973. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, the University of Strathclyde intends to include community benefit requirements. As part of your response within the Technical Envelope of the Invitation to Tender (ITT), the Tenderer will be requested to commit to the delivery of community benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:756257)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contract (Scotland) Regulations 2015 (SSI2015/446) (as amended) may bring proceedings to the Sheriff Court or the Court of Session.