Tender

Quantity Surveying Framework Agreement

  • University of Edinburgh

F02: Contract notice

Notice identifier: 2023/S 000-004214

Procurement identifier (OCID): ocds-h6vhtk-03a4c7

Published 10 February 2023, 2:48pm



Section one: Contracting authority

one.1) Name and addresses

University of Edinburgh

9-16 Chambers Street

Edinburgh

EH11HT

Contact

Maria Dick

Email

maria.dick@ed.ac.uk

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.ed.ac.uk/schools-departments/procurement/supplying

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Quantity Surveying Framework Agreement

Reference number

EC0975

two.1.2) Main CPV code

  • 71324000 - Quantity surveying services

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Edinburgh wishes to establish a four year Framework Agreement for the provision of Quantity Surveying Services.

The framework agreement shall be tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. All of the University of Edinburgh’s Subsidiary Companies may access and utilise the framework agreement at any time during the life of the framework period.

Projects types and services will include a mixture (but not limited to) of:

- Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings).

- Services: Contract administration and employer’s representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like.

This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project.

The Quantity Surveying services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer’s Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University’s instruction/preference.

The service providers (appointed QS consultant) needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements i.e. mini competitions using SCAPE and CCS framework agreements.

The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements.

The service provider should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project as well as framework performance reviews in relation to agreed key performance indicators and service level agreements.

The framework will be divided into three Lots in accordance with value bands as detailed below.

Bidders will be allowed to bid for one or more Lots:

-Lot 1 Maintenance/Small Works Projects up to a contract value of GBP 2.5M

-Lot 2 New Build/Refurbishment Projects with a value over GBP 2.5M and up to GBP 10M

-Lot 3 New Build/Refurbishment Projects with a value over GBP 10M

The University intends to invite the top scoring suppliers, who have met all pre-conditions, on to the framework, as per:

Lot 1: 6 service providers;

Lot 2: 3 service providers;

Lot 3: 3 service providers.

For each Lot, there will be the option to award contracts either by direct award on a rotational basis or mini competition.

two.1.5) Estimated total value

Value excluding VAT: £2,700,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Maintenance/Small Works Projects up to a contract value of GBP 2.5M

Lot No

1

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh

two.2.4) Description of the procurement

The University of Edinburgh wishes to establish a four year Framework Agreement for the provision of Quantity Surveying Services. Projects types and services will include a mixture (but not limited to) of:

- Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings).

- Services: Contract administration and employer’s representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like.

This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project.

The QS services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer’s Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University’s instruction/preference. The appointed QS consultant needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements, for example mini competitions using SCAPE and CCS framework agreements. The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements. In addition, the appointed QS should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project.

The procurement will utilise the 2 stage Restricted Procedure.

Stage 1 - Single Procurement Document SPD (Scotland). The shortlisting decision shall be based on the requirement to pass any minimum standards (pass/fail) sections of the SPD as well as on the results of the scored questions listed in the PCS-T technical envelope. In addition, each supplier will require to undergo a financial turnover test specific to each Lot and have a minimum annual turnover for the last three years (to be detailed in the PCS contract notice and tender documents).

Stage 2 - Invitation to Tender (ITT). The ITT will evaluate both the technical and cost elements. The cost and quality score will be combined to calculate the overall MEAT (most economically advantageous) score for each supplier.

Objective Criteria for Shortlisting - SPD Section 4C scoring method:

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

1 – Poor. 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.

2 – Acceptable. 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.

3 – Good. 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.

4 – Excellent. 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.

Scored SPD Section 4C question weighting: 4C.1. Experience (60%), Quality and Accuracy (30%) Workforce (10 %).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

2 years with the option to extend a further 2 years

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

Envisaged number of candidates: 9

Objective criteria for choosing the limited number of candidates:

The procurement will be conducted as a Restrictive Procedure.All queries about this procurement must be made via the PCS-T messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T.

We will apply the following process:

SPD PRE QUALIFICATION

Pre-Qualification via the SPD (Scotland). The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this OJEU Notice and the SPD Guidance document that detail specific requirements. Please note that full statements are available in SPD Guidance document, while OJEU Notice statements are summarised due to character restrictions. Bidders must:

a) Pass the minimum standards in SPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in the SPD Guidance document and Sections III.1.1, III.1.2 and III.1.3 (“Minimum level(s) of standards possibly required”) of this Notice.

b) Complete the scored SPD Section 4C found in the PCS-T Technical envelope. Statements for these questions can be found in the SPD guidance document and Section III.1.3 (“List and brief description of selection criteria”) of this Notice. Section 4C will be scored as per the scoring methodology detailed below. We will take the nine (9) highest scoring suppliers through to the ITT stage.

Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition.

The ITT stage will comprise of a 90% Quality/Technical and 10% Commercial evaluation.

A technical threshold will apply - bids will be required to achieve a minimum score of 45% or more of the overall technical score of 90% in order to be taken forward to final ranking.

The quality/technical and commercial score will be combined to give each bidder/tenderer an overall total score.

We will invite the six (6) highest scoring bidders, provided they have passed the technical threshold onto the framework agreement.

Further details can be found within the ITT documentation, which will be made available to shortlisted suppliers.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2.14) Additional information

Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

New Build/Refurbishment Projects with a value over GBP 2.5M and up to GBP 10M

Lot No

2

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh

two.2.4) Description of the procurement

The University of Edinburgh wishes to establish a four year Framework Agreement for the provision of Quantity Surveying Services. Projects types and services will include a mixture (but not limited to) of:

- Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings).

- Services: Contract administration and employer’s representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like.

This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project.

The QS services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer’s Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University’s instruction/preference. The appointed QS consultant needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements, for example mini competitions using SCAPE and CCS framework agreements. The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements. In addition, the appointed QS should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project.

The procurement will utilise the 2 stage Restricted Procedure.

Stage 1 - Single Procurement Document SPD (Scotland). The shortlisting decision shall be based on the requirement to pass any minimum standards (pass/fail) sections of the SPD as well as on the results of the scored questions listed in the PCS-T technical envelope. In addition, each supplier will require to undergo a financial turnover test specific to each Lot and have a minimum annual turnover for the last three years (to be detailed in the PCS contract notice and tender documents).

Stage 2 - Invitation to Tender (ITT). The ITT will evaluate both the technical and cost elements. The cost and quality score will be combined to calculate the overall MEAT (most economically advantageous) score for each supplier.

Objective Criteria for Shortlisting - SPD Section 4C scoring method:

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

1 – Poor. 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.

2 – Acceptable. 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.

3 – Good. 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.

4 – Excellent. 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.

Scored SPD Section 4C question weighting: 4C.1. Experience (60%), Quality and Accuracy (30%) Workforce (10 %).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

2 years with an option to extend a further 2 years

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

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

The procurement will be conducted as a Restrictive Procedure.

All queries about this procurement must be made via the PCS-T messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T.

We will apply the following process:

SPD PRE QUALIFICATION

Pre-Qualification via the SPD (Scotland). The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this OJEU Notice and the SPD Guidance document that detail specific requirements. Please note that full statements are available in SPD Guidance document, while OJEU Notice statements are summarised due to character restrictions. Bidders must:

a) Pass the minimum standards in SPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in the SPD Guidance document and Sections III.1.1, III.1.2 and III.1.3 (“Minimum level(s) of standards possibly required”) of this Notice.

b) Complete the scored SPD Section 4C found in the PCS-T Technical envelope. Statements for these questions can be found in the SPD guidance document and Section III.1.3 (“List and brief description of selection criteria”) of this Notice. Section 4C will be scored as per the scoring methodology detailed below. We will take the six (6) highest scoring suppliers through to the ITT stage.

Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition.

The ITT stage will comprise of a 90% Quality/Technical and 10% Commercial evaluation.

A technical threshold will apply - bids will be required to achieve a minimum score of 45% or more of the overall technical score of 90% in order to be taken forward to final ranking.

The quality/technical and commercial score will be combined to give each bidder/tenderer an overall total score.

We will invite the three (3) highest scoring bidders, provided they have passed the technical threshold onto the framework agreement.

Further details can be found within the ITT documentation, which will be made available to shortlisted suppliers.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2.14) Additional information

Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

New Build/Refurbishment Projects with a value over GBP 10M

Lot No

3

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh

two.2.4) Description of the procurement

The University of Edinburgh wishes to establish a four year Framework Agreement for the provision of Quantity Surveying Services. Projects types and services will include a mixture (but not limited to) of:

- Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings).

- Services: Contract administration and employer’s representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like.

This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project.

The QS services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer’s Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University’s instruction/preference. The appointed QS consultant needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements, for example mini competitions using SCAPE and CCS framework agreements. The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements. In addition, the appointed QS should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project.

The procurement will utilise the 2 stage Restricted Procedure.

Stage 1 - Single Procurement Document SPD (Scotland). The shortlisting decision shall be based on the requirement to pass any minimum standards (pass/fail) sections of the SPD as well as on the results of the scored questions listed in the PCS-T technical envelope. In addition, each supplier will require to undergo a financial turnover test specific to each Lot and have a minimum annual turnover for the last three years (to be detailed in the PCS contract notice and tender documents).

Stage 2 - Invitation to Tender (ITT). The ITT will evaluate both the technical and cost elements. The cost and quality score will be combined to calculate the overall MEAT (most economically advantageous) score for each supplier.

Objective Criteria for Shortlisting - SPD Section 4C scoring method:

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

1 – Poor. 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.

2 – Acceptable. 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.

3 – Good. 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.

4 – Excellent. 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.

Scored SPD Section 4C question weighting: 4C.1. Experience (60%), Quality and Accuracy (30%) Workforce (10 %).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

2 yeas with the option to extend for a further 2 years

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

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

The procurement will be conducted as a Restrictive Procedure.

All queries about this procurement must be made via the PCS-T messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T.

We will apply the following process:

SPD PRE QUALIFICATION

Pre-Qualification via the SPD (Scotland). The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this OJEU Notice and the SPD Guidance document that detail specific requirements. Please note that full statements are available in SPD Guidance document, while OJEU Notice statements are summarised due to character restrictions. Bidders must:

a) Pass the minimum standards in SPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in the SPD Guidance document and Sections III.1.1, III.1.2 and III.1.3 (“Minimum level(s) of standards possibly required”) of this Notice.

b) Complete the scored SPD Section 4C found in the PCS-T Technical envelope. Statements for these questions can be found in the SPD guidance document and Section III.1.3 (“List and brief description of selection criteria”) of this Notice. Section 4C will be scored as per the scoring methodology detailed below. We will take the six (6) highest scoring suppliers through to the ITT stage.

Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition.

The ITT stage will comprise of a 90% Quality/Technical and 10% Commercial evaluation.

A technical threshold will apply - bids will be required to achieve a minimum score of 45% or more of the overall technical score of 90% in order to be taken forward to final ranking.

The quality/technical and commercial score will be combined to give each bidder/tenderer an overall total score.

We will invite the three (3) highest scoring bidders, provided they have passed the technical threshold onto the framework agreement.

Further details can be found within the ITT documentation, which will be made available to shortlisted suppliers.

two.2.10) Information about variants

Variants will be accepted: No

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: No

two.2.14) Additional information

Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

SPD 4A.2 Statement.

Bidders must confirm if they hold the particular authorisation or memberships.

The quantity surveying firm must be a Royal Institute of Chartered Surveyors (RICS) regulated company.

three.1.2) Economic and financial standing

List and brief description of selection criteria

SPD 4B.1.1 Statement

Lot 1 - Bidders will be required to have a minimum “general” yearly turnover of

GBP 250,000 for the last 3 years.

Lot 2 - Bidders will be required to have a minimum “general” yearly turnover of

GBP 750,000 for the last 3 years.

Lot 3 - Bidders will be required to have a minimum “general” yearly turnover of

GBP 1,250,000 for the last 3 years.

If the Bidder is bidding for two or more Lots, the minimum “general” yearly turnover will be an accumulation of the Lots bid for.

SPD 4B.3 Statement

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.

SPD 4B.5.1 and 4B.5.2 Statements

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

LOT 1 and LOT 2

Minimum Insurance Levels

Employer's Liability GBP 5,000,000

Public Liability Insurance GBP 5,000,000

Professional Indemnity GBP 2,000,000

LOT 3

Minimum Insurance Levels

Employer's Liability GBP 5,000,000

Public Liability Insurance GBP 5,000,000

Professional Indemnity GBP 5,000,000

SPD 4B.6 Statement 1:

Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract.

SPD 4B.6 Statement 2:

Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.

Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios:

- Current Ratio

- Quick Ratio

- Debtors Turnover Ratio

- Return on Assets

- Working Capital

- Debt to Equity Ratio

- Gross Profit Ratio

A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised.

This information may be used to assess financial sustainability.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD 4C.1.2 Statement 1

For all Lots. Bidders are required to provide three examples of services carried-out during the past five years that demonstrate their experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice which are similar in value and nature.

Weighting 60 % (20% weighting per example)

SPD 4C.3 Statement

For all Lots. Bidders are required describe your process and procedures for undertaking the following; clarifying how quality and accuracy is achieved.

Weighting 30%

SPD 4C.8 Statement

For all Lots. Each member of the bidding team is asked to confirm staff numbers for each of the last three years. Bidders are required to evidence sufficient capacity of personnel resource for the works outlined in this requirement. Description of staff development and training should also be provided as part of this response. An organogram chart is to be provided as part of this response.

Weighting 10%

In the SPD bidders for Lot 2 and 3 only will be asked to detail their experience in delivering additional social, economic, or environmental community benefits in the performance of similar previous contracts, including information about how commitments were achieved. This question is for "For information only" (weighting zero %)

Minimum level(s) of standards possibly required

4D.1 Statement Quality Management:

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

4D.1 Statement Health and Safety:

The bidder will be required to provide a copy of their Health and Safety (H&S) management policy and procedures or ISO 45001 accreditation or equivalent if they have this.

4D.1 Statement Environmental Management System:

The bidder will be required to provide a copy of their Environmental Management System policy and procedures or ISO 14001 accreditation or equivalent if they have this.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

The quantity surveying firm must be a Royal Institute of Chartered Surveyors (RICS) regulated company.

three.2.2) Contract performance conditions

As detailed within ITT package

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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: 2022/S 022-191092

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

Date

16 March 2023

Local time

12:00pm

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

1 June 2023

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: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This requirement may be tendered again once the framework expires in approximately four years on from contract award.

six.3) Additional information

2A.17 If the bidder is participating in the procurement procedure together with others as part of a group, consortium, joint venture or similar arrangement, the bidder must answer "yes" and complete the supplier response form attached to section 2A.17.4

2C.1 If the bidder is to rely on the capacities of other suppliers in order to meet the selection criteria set out under Part 4 and the criteria and rules (if any) set out under Part 5 (if included) the bidders should answer ‘yes’ and the suppliers must complete the first three sections of the SPD supplier response form to section 2C.1.1. Any selection criteria response from SPD section 4 that they fulfil on behalf of the main bidder should be clearly labelled with the suppliers name and submitted as part of the main submission.

2D.1 If the bidder expects to subcontract to parties which they will not rely on to meet the selection criteria (as listed in the contract notice and SPD section 4), they should answer ‘yes’ and, as far as known, list these entities. You will not need to submit the supplier response form on their behalf at this stage, but must submit it with the first three sections completed at any stage upon request.

Sustainable Procurement:

The University will include consideration of sustainability in this procurement, including what Fair Work Practices they have in place, which will include consideration of the Living Wage. The University may also include consideration of what practices bidders will commit to monitor and reduce their carbon footprint. Detailed information will be contained within our invitation to tender (ITT) documentation, and may include confirmation of compliance with the APUC Supply Chain Code of Conduct and invitation to the Sustain assessment programme.

Living Wage:

The University of Edinburgh has Living Wage Accreditation and is committed to promoting fair and reasonable remuneration. The University expects this for all workers involved in the delivery of our contracts, including at least the Living Wage for UK-based workers (currently 10.90 GBP per hour according to the Living Wage Foundation, see www.livingwage.org.uk). In addition to consideration of Fair Work Practices, a non-scored Living Wage question will be included within our invitation to tender (ITT) documentation.

Modern Slavery, Blacklisting Equalities Act

Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in SPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under:

-the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted),

-the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at

http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN)

-the Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents)

-the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage.

At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over.

Main Contract Type and T&Cs: University of Edinburgh Standard Terms and Conditions for Goods and Services.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6044. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:716934)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Edinburgh

Country

United Kingdom