Section one: Contracting authority
one.1) Name and addresses
University of the Highlands and Islands
UHI House, Old Perth Road
Inverness
IV2 3JH
Telephone
+44 1463255000
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
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 Professional Estates Consultancy Services
Reference number
CS-UHI-26368
two.1.2) Main CPV code
- 98112000 - Services furnished by professional organisations
two.1.3) Type of contract
Services
two.1.4) Short description
The Academic Partners of the University of the Highlands and Islands wish to set up a Framework Agreement for the Provision of Professional Estates Consultancy Services. The Framework Agreement is split into two (2) Lots:
Lot 1 - General Project Management and Estates Consultancy Services
Lot 2 – Property Consultancy Services
For the purpose of clarification, the below partners have access to this Framework Agreement. It should be noted that partners have the option to purchase requirements outside of this Framework Agreement and are not obligated to use the Framework Agreement.
- UHI Argyll
- UHI Executive Office
- UHI Inverness
- UHI Moray
- UHI North, West and Hebrides
- UHI Perth
- Highland Theological College
- Sabhal Mòr Ostaig
- Scottish Association for Marine Science
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
General Project Management and Estates Consultancy Services
Lot No
1
two.2.2) Additional CPV code(s)
- 98112000 - Services furnished by professional organisations
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Services which may be requested in relation to a project include, but are not limited to, the below:
- Energy efficiency and environmental impact surveys and related advice
- Professional Advice
- Design and Specification Development
- Tender Support
- Contractor Management and Administration
- Statutory Consents
- Principal Designer
- Cost Advisor services
- Fire advisory services
- Risk Management
- Quality Management
- Health and Safety
- Condition and lifecycle surveys (Fabric and M&E), including assessing structural damage and recommending repairs
Please note that the named Academic Partner may, at its own discretion, request the Contractor to provide additional, related services if required during the lifetime of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 7.5%
Quality criterion - Name: Geographical Coverage / Weighting: 12.5%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Quality criterion - Name: Business Continuity / Weighting: 5%
Quality criterion - Name: Value Added Services / Weighting: 5%
Quality criterion - Name: Environmental Management / Weighting: 5%
Quality criterion - Name: Sustainable Estates / Weighting: 7.5%
Quality criterion - Name: Capability and Skills / Weighting: 15%
Quality criterion - Name: Capacity and Staffing / Weighting: 5%
Quality criterion - Name: Previous Experience of Staff / Weighting: 7.5%
Quality criterion - Name: Reports and Management / Weighting: 5%
Price - Weighting: 20%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for two (2) x twelve (12) month periods, subject to satisfactory performance and continued requirement of the Authority.
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) Description
two.2.1) Title
Property Consultancy Services
Lot No
2
two.2.2) Additional CPV code(s)
- 70332200 - Commercial property management services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Services which may be requested under the scope of this requirement include, but are not limited to, the below:
- Estate Management
- Sales and acquisitions
- Professional advice regarding title deeds and boundary disputes
- Rent reviews, lease enquiries and negotiations (with UHI Partner acting as either the landlord or tenant)
- Valuation surveys, including market and insurance valuations
Please note that the named Academic Partner may, at its own discretion, request the Contractor to provide additional, related services if required during the lifetime of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 7.5%
Quality criterion - Name: Geographical Coverage / Weighting: 12.5%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Quality criterion - Name: Business Continuity / Weighting: 5%
Quality criterion - Name: Value Added Services / Weighting: 5%
Quality criterion - Name: Environmental Management / Weighting: 5%
Quality criterion - Name: Capability and Skills / Weighting: 15%
Quality criterion - Name: Capacity and Staffing / Weighting: 15%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for two (2) x twelve (12) month periods, subject to satisfactory performance and continued requirement of the Authority.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In respect of both Lots, the Contractor shall have appropriately qualified Staff in sufficient quantity to carry out the functions required in line with any relevant legislation and professional code(s) of practice.
In respect of both Lots, where staff are Surveyors, they must be registered with the Royal Institution of Chartered Surveyors (RICS) or equivalent.
In respect of both Lots, where staff are Architects, they must be registered with the Royal Incorporation of Architects in Scotland (RIAS) or equivalent.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Bidders must confirm they can provide the following supporting evidence prior to award:
Insurance
In respect of Lot 1, Bidders must confirm they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP or as required by statute
Professional Indemnity Insurance = 2 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
In respect of Lot 2, Bidders must confirm they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP or as required by statute
Professional Indemnity Insurance = 2 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
Please note that in respect of both Lots, at the time of call-off, an Academic Partner reserves the right to request a higher level of insurance cover should the nature and size of a project require it.
Accounts
The following evidence will be requested with tender submissions in order to conduct analysis of organisation’s financial standing:
Contractors are required to submit 2 years audited accounts including profit and loss statements, or equivalent before the tender submission deadline.
Alternatively, if you are unable to provide the required accounting information – e.g., a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Framework Agreement.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Where relevant, staff must have the relevant qualifications and membership as set out above.
three.2.2) Contract performance conditions
As per specification of requirements, the SPD and all tender documentation.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
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
Originally published as:
Date
25 April 2024
Local time
9:00am
Changed to:
Date
2 May 2024
Local time
9:00am
See the change notice.
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
25 April 2024
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: March 2026 OR March 2027 OR March 2028
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 below documentation requires to be submitted as part of the tender submission for Lot 1:
Appendix A - Form of Tender
Appendix B - Freedom of Information
Appendix D - Supply Chain Code of Conduct
Appendix E1 - Lot 1 Pricing Schedule
Appendix F1 - Lot 1 Technical Questionnaire
Appendix F3 - General Questions
Appendix G - GDPR Vendor Data Processor Assurance Assessment
Appendix H - Conflict of Interest
The below documentation requires to be submitted as part of the tender submission for Lot 2:
Appendix A - Form of Tender
Appendix B - Freedom of Information
Appendix D - Supply Chain Code of Conduct
Appendix E2 - Lot 2 Pricing Schedule
Appendix F2 - Lot 2 Technical Questionnaire
Appendix F3 - General Questions
Appendix G - GDPR Vendor Data Processor Assurance Assessment
Appendix H - Conflict of Interest
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=758780.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:758780)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=758780
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV1 1AH
Country
United Kingdom