Section one: Contracting authority
one.1) Name and addresses
Queen Margaret University
Queen Margaret University Drive
Musselburgh
EH21 6UU
Telephone
+44 1314740000
Country
United Kingdom
NUTS code
UKM73 - East Lothian and Midlothian
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00364
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
Strategic Estates Space Review Consultancy
Reference number
QMU-22970
two.1.2) Main CPV code
- 79415200 - Design consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Queen Margaret University is seeking to procure consultancy services for a strategic estates space review.
The consultancy services consist of an initial review and report under 3 work streams:
Work stream A – Specialist Space
Work stream B – Learning Resources Centre (LRC)
Work stream C – Offices & Workspace
There will also be associated projects under the RIBA Plan of Work 2020.
two.1.5) Estimated total value
Value excluding VAT: £45,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
two.2.4) Description of the procurement
Primary Objectives:
-To assess current functional suitability of spaces to deliver educationally rich learning and teaching, support diverse research and provide a positive workplace environment.
-To categorise the level of change which will support and inform investment in modification and adaptation of space as part of the University Infrastructure Strategy (IS) and to feed into the Strategic Investment Plan (SIP).
Key Outcomes:
Workstream A – Specialist Space
1. Assessment and evaluation of the current pressures on specialist space and their functional suitability and capture implications of plans for future growth.
2. Outline proposals for discrete projects to address issues identified.
3. Prioritisation of projects and a creation of a programme for delivery taking account of deliverability constraints.
Workstream B – Learning Resources Centre (LRC)
1. Assessment and evaluation of the current utilisation and layout of the LRC, opportunities for improved layout and design which supports student centred learning, improves functional suitability and delivers an enriched educational experience.
2. Outline proposals to address issues identified.
3. A phased programme for project delivery taking account of deliverability constraints.
Workstream C – Offices & Workspace
1. Capacity assessment for future growth in staff accounting for scenarios for fractional contracts and hybrid working and adoption of agile working.
2. Development of revised workspace planning model to account for:
a. implementation of digital strategy
b. activity based workplace
c. neurodiversity
3.FF&E specification and selection to deliver model as pilot.
All three workstreams should include 2D drawings and 3D models and visualisations as required to convey the proposals.
Measurement of Outcomes:
The achievement of the outcomes will be measured through a series of feedback mechanisms e.g. NSS, staff surveys, stakeholder lessons learned sessions, post-occupancy evaluation. Where these are regular surveys, benchmarking to demonstrate improvement in satisfaction will be undertaken. Where proof of concepts or pilots are utilised, these will be utilised where practical before design of final proposals.
two.2.5) Award criteria
Quality criterion - Name: Project Resources / Weighting: 20%
Quality criterion - Name: Fair Work / Weighting: 5%
Quality criterion - Name: Quality Assurance / Weighting: 15%
Quality criterion - Name: Project Services Methodology / Weighting: 20%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
15 April 2022
End date
14 April 2025
This contract is subject to renewal
Yes
Description of renewals
Two optional extensions of 12 months each
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
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
Professional Indemnity, Employers Liability and Professional Liability levels of GBP5million per instance
Minimum level(s) of standards possibly required
Ability to obtain insurance by time of contract award
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please provide 3 case studies of projects of similar size and nature completed by your organisation within the past 5 years. Preference should be given to further/higher education, orientated towards strategic review of space.
Please provide details of:
- Client Contact details
- Value
- Date completed (Practical Completion)
- Services provided
- Office project./commission managed from.
- Involvement of personnel proposed for the project
- Form of Contract
- Brief description of the project highlighting relevance to the strategic space review
- How sustainability standards were embedded
- Added value and key/notable achievements achieved by your team
Minimum level(s) of standards possibly required
Bidders must score 50% across the 3 case studies to progress to the Technical and Commercial evaluation
three.2) Conditions related to the contract
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
28 March 2022
Local time
12:00pm
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)
four.2.7) Conditions for opening of tenders
Date
28 March 2022
Local time
12:00pm
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20817 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:684559)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
Country
United Kingdom