- Scope of the procurement
- Lot 5. Civil and Structural- Small
- Lot 2. Architect- Large
- Lot 3. Building Services- Small
- Lot 4. Building Services- Large
- Lot 6. Civil and Structural Engineer- Large
- Lot 7. Building Surveying Services
- Lot 8. Cost Consultant/ Quantity Surveying Services
- Lot 9. Cost Consultant/ Quantity Surveying Services
- Lot 10. Project Management Services
- Lot 11. Sustainability Advisory Services
- Lot 12. Photographic Record/ Digital Imagery Services
- Lot 1. Architect- Small
Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Lauren Leitch
Telephone
+44 1415484310
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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/
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
Framework Agreement for the provision of Construction and Sustainability Professional Services
Reference number
UOS-18191-2020
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The University seeks to establish a Framework Agreement for the provision of design consultancy and advisory services for both construction and sustainability professional services.
The University seeks consultant(s) who will work collaboratively with the University and other team members and comply with the University’s procedures to ensure that the following are achieved;
- The space and functionality standards are achieved
- The operational functionality meets or exceeds end users expectations
- Ensure the capital/maintenance project achieves best value and is delivered within the budget threshold
- Work with the University to ensure the whole life costs are affordable and provide life cycle costings
- Ensure the design is sustainable and meet or exceed the University’s sustainability targets
- Work with the Consultant to ensure the delivery of the project is achieved with minimal impact by the adoption of soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management, including BIM
- Development of designs which allow safe and easy maintenance solutions and will fully align with Estates Services design guides and other relevant user specifications
This Framework Agreement is intended to comprise of 12 Lots, please refer to the Lot description for each Lot for full details.
two.1.5) Estimated total value
Value excluding VAT: £21,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 8
two.2) Description
two.2.1) Title
Civil and Structural- Small
Lot No
5
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71312000 - Structural engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
Civil and Structural Engineer- Small- for Projects with a Net Construction cost of up to 4,000,000 GBP.
- provision of Civil & Structural design services through the various RIBA stages of a project;
- development of feasibility studies and option appraisals;
- provide condition reports / structural assessments on existing fabric elements;
- provide Civil & Structural advice when requested;
Common across all lots:
- working collaboratively with the other design to deliver the clients end goal
- working in a live operation facilities maintaining ongoing operations
- delivering design services for New Build, Refurbishment, Conservation, Backlog Maintenance based projects, providing Laboratories / Research Facilities, Teaching Rooms, Office, Student Accommodation and Public Realm.
- Understanding of Sustainable construction and Net Zero solution and devices e.g. application of circular economy principles in construction and demolition design; climate adaptation risk assessment and green infrastructure solutions; embodied carbon reduction and calculation and reporting; PAS 2080 for infrastructure; PassiveHaus/EnerPHit design and delivery; Well Building design and certification; Biophilia; BREEAM in Use and SKA rating systems
- Understanding of whole life costing / life cycle costings
- The use of BIM in circular economy as a tool to reduce emissions
- Able to apply soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management
- Develop designs which allow safe and easy maintenance solutions
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £750,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Architect- Large
Lot No
2
two.2.2) Additional CPV code(s)
- 71220000 - Architectural design services
- 71210000 - Advisory architectural services
- 71000000 - Architectural, construction, engineering and inspection services
- 71223000 - Architectural services for building extensions
- 71200000 - Architectural and related services
- 71221000 - Architectural services for buildings
- 71222000 - Architectural services for outdoor areas
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71251000 - Architectural and building-surveying services
- 71400000 - Urban planning and landscape architectural services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
Architect- Large- for Projects with a Net Construction cost of over 4,000,000 GBP.
- Lead the Design Team;
- provision of Architectural design services through the various RIBA stages of a project;
- provision of Contract Administration Services when PM not appointed;
- development of feasibility studies and option appraisals;
- reporting of building fabric elements;
- provide architectural advice when requested;
Common Across all Lots:
- working collaboratively with the other design/ designers to deliver the clients end goal
- working in a live operation facilities maintaining ongoing operations
- delivering design services and or advisory services for New Build, Refurbishment, Conservation, Backlog Maintenance based projects, providing Laboratories / Research Facilities, Teaching Rooms, Office, Student Accommodation and Public Realm.
- Understanding of Sustainable construction and Net Zero solution and devices for example but not limited to the application of circular economy principles in construction and demolition design; climate adaptation risk assessment and green infrastructure solutions; embodied carbon reduction and calculation and reporting; PAS 2080 for infrastructure; PassiveHaus/EnerPHit design and delivery; Well Building design and certification; Biophilia; BRREAM in Use and SKA rating systems
- Understanding of whole life costing / life cycle costings
- The use of BIM in circular economy as a tool to reduce emissions
- Ability to apply soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management
- Develop designs which allow safe and easy maintenance solutions
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Building Services- Small
Lot No
3
two.2.2) Additional CPV code(s)
- 71315000 - Building services
- 71315210 - Building services consultancy services
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
Building Services- Small- for Projects with a Net Construction cost of up to 4,000,000 GBP
- provision of Mechanical & Electrical design services through the various RIBA stages of a project;
- development of feasibility studies and option appraisals;
- provide condition reports on existing Mechanical & Electrical installations;
- provide mechanical and electrical advice when requested;
Common across all lots:
- working collaboratively with the other design/ designers to deliver the clients end goal
- working in a live operation facilities maintaining ongoing operations
- delivering design services and or advisory services for New Build, Refurbishment, Conservation, Backlog Maintenance based projects, providing Laboratories / Research Facilities, Teaching Rooms, Office, Student Accommodation and Public Realm.
- Understanding of Sustainable construction and Net Zero solution and devices for example but not limited to the application of circular economy principles in construction and demolition design; climate adaptation risk assessment and green infrastructure solutions; embodied carbon reduction and calculation and reporting; PAS 2080 for infrastructure; PassiveHaus/EnerPHit design and delivery; Well Building design and certification; Biophilia; BRREAM in Use and SKA rating systems
- Understanding of whole life costing / life cycle costings
- The use of BIM in circular economy as a tool to reduce emissions
- Ability to apply soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management
- Develop designs which allow safe and easy maintenance solutions
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £750,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Building Services- Large
Lot No
4
two.2.2) Additional CPV code(s)
- 71315210 - Building services consultancy services
- 71315000 - Building services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
Building Services- Large- for Projects with a Net Construction cost of over 4,000,000 GBP
- provision of Mechanical & Electrical design services through the various RIBA stages of a project;
- development of feasibility studies and option appraisals;
- provide condition reports on existing Mechanical & Electrical installations;
- provide mechanical and electrical advice when requested;
Common across all lots:
- working collaboratively with the other design/ designers to deliver the clients end goal
- working in a live operation facilities maintaining ongoing operations
- delivering design services and or advisory services for New Build, Refurbishment, Conservation, Backlog Maintenance based projects, providing Laboratories / Research Facilities, Teaching Rooms, Office, Student Accommodation and Public Realm.
- Understanding of Sustainable construction and Net Zero solution and devices for example but not limited to the application of circular economy principles in construction and demolition design; climate adaptation risk assessment and green infrastructure solutions; embodied carbon reduction and calculation and reporting; PAS 2080 for infrastructure; PassiveHaus/EnerPHit design and delivery; Well Building design and certification; Biophilia; BRREAM in Use and SKA rating systems
- Understanding of whole life costing / life cycle costings
- The use of BIM in circular economy as a tool to reduce emissions
- Ability to apply soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management
- Develop designs which allow safe and easy maintenance solutions
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,500,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Civil and Structural Engineer- Large
Lot No
6
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71312000 - Structural engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
Civil and Structural Engineer- Large- for Projects with a Net Construction cost of over 4,000,000 GBP.
- provision of Civil & Structural design services through the various RIBA stages of a project;
- development of feasibility studies and option appraisals;
- provide condition reports / structural assessments on existing fabric elements;
- provide Civil & Structural advice when requested;
Common across all lots:
- working collaboratively with the other design/ designers to deliver the clients end goal
- working in a live operation facilities maintaining ongoing operations
- delivering design services and or advisory services for New Build, Refurbishment, Conservation, Backlog Maintenance based projects, providing Laboratories / Research Facilities, Teaching Rooms, Office, Student Accommodation and Public Realm.
- Understanding of Sustainable construction and Net Zero solution and devices for example but not limited to the application of circular economy principles in construction and demolition design; climate adaptation risk assessment and green infrastructure solutions; embodied carbon reduction and calculation and reporting; PAS 2080 for infrastructure; PassiveHaus/EnerPHit design and delivery; Well Building design and certification; Biophilia; BRREAM in Use and SKA rating systems
- Understanding of whole life costing / life cycle costings
- The use of BIM in circular economy as a tool to reduce emissions
- Ability to apply soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management
- Develop designs which allow safe and easy maintenance solutions
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,500,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Building Surveying Services
Lot No
7
two.2.2) Additional CPV code(s)
- 71251000 - Architectural and building-surveying services
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
- provision of Building Surveyor design services through the various RIBA stages of a project;
- development of feasibility studies and option appraisals;
- provide condition reports / assessments on existing fabric elements;
- provide Building Surveyor advice when requested;
Common across all lots:
- working collaboratively with the other design/ designers to deliver the clients end goal
- working in a live operation facilities maintaining ongoing operations
- delivering design services and or advisory services for New Build, Refurbishment, Conservation, Backlog Maintenance based projects, providing Laboratories / Research Facilities, Teaching Rooms, Office, Student Accommodation and Public Realm.
- Understanding of Sustainable construction and Net Zero solution and devices for example but not limited to the application of circular economy principles in construction and demolition design; climate adaptation risk assessment and green infrastructure solutions; embodied carbon reduction and calculation and reporting; PAS 2080 for infrastructure; PassiveHaus/EnerPHit design and delivery; Well Building design and certification; Biophilia; BRREAM in Use and SKA rating systems
- Understanding of whole life costing / life cycle costings
- The use of BIM in circular economy as a tool to reduce emissions
- Ability to apply soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management
- Develop designs which allow safe and easy maintenance solutions
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £500,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Cost Consultant/ Quantity Surveying Services
Lot No
8
two.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
- 71322100 - Quantity surveying services for civil engineering works
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
Cost Consultant/ Quantity Surveying Services- Small- for Projects with a Net Construction cost of up to 4,000,000 GBP.
- provision of Cost Consultant services through the various RIBA stages of a project;
- development of feasibility studies and option appraisals;
- provision of Life Cycle Costing services;
- provision of Costing services / advice where required;
- provide advice on Contract and Procurement Strategies when requested;
- provide Cost Consultant advice when requested;
Common across all lots:
- working collaboratively with the other design/ designers to deliver the clients end goal
- working in a live operation facilities maintaining ongoing operations
- delivering design services and or advisory services for New Build, Refurbishment, Conservation, Backlog Maintenance based projects, providing Laboratories / Research Facilities, Teaching Rooms, Office, Student Accommodation and Public Realm.
- Understanding of Sustainable construction and Net Zero solution and devices for example but not limited to the application of circular economy principles in construction and demolition design; climate adaptation risk assessment and green infrastructure solutions; embodied carbon reduction and calculation and reporting; PAS 2080 for infrastructure; PassiveHaus/EnerPHit design and delivery; Well Building design and certification; Biophilia; BRREAM in Use and SKA rating systems
- Understanding of whole life costing / life cycle costings
- The use of BIM in circular economy as a tool to reduce emissions
- Ability to apply soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,500,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Cost Consultant/ Quantity Surveying Services
Lot No
9
two.2.2) Additional CPV code(s)
- 71322100 - Quantity surveying services for civil engineering works
- 71324000 - Quantity surveying services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
Cost Consultant/ Quantity Surveying Services- Large- for Projects with a Net Construction cost of over 4,000,000 GBP.
- provision of Cost Consultant services through the various RIBA stages of a project;
- development of feasibility studies and option appraisals;
- provision of Life Cycle Costing services;
- provision of Costing services / advice where required;
- provide advice on Contract and Procurement Strategies when requested;
- provide Cost Consultant advice when requested;
Common across all lots:
- working collaboratively with the other design/ designers to deliver the clients end goal
- working in a live operation facilities maintaining ongoing operations
- delivering design services and or advisory services for New Build, Refurbishment, Conservation, Backlog Maintenance based projects, providing Laboratories / Research Facilities, Teaching Rooms, Office, Student Accommodation and Public Realm.
- Understanding of Sustainable construction and Net Zero solution and devices for example but not limited to the application of circular economy principles in construction and demolition design; climate adaptation risk assessment and green infrastructure solutions; embodied carbon reduction and calculation and reporting; PAS 2080 for infrastructure; PassiveHaus/EnerPHit design and delivery; Well Building design and certification; Biophilia; BRREAM in Use and SKA rating systems
- Understanding of whole life costing / life cycle costings
- The use of BIM in circular economy as a tool to reduce emissions
- Ability to apply soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £3,000,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Project Management Services
Lot No
10
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
- 71541000 - Construction project management services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
Project Management Services- for Projects of any value
- Lead the Project / Design Team;
- provision of Project Management services through the various RIBA stages of a project;
- development of feasibility studies and option appraisals;
- provide advice on Contract and Procurement Strategies when requested;
- provide Project Management advice when requested;
Common across all lots:
- working collaboratively with the other design/ designers to deliver the clients end goal
- working in a live operation facilities maintaining ongoing operations
- delivering design services and or advisory services for New Build, Refurbishment, Conservation, Backlog Maintenance based projects, providing Laboratories / Research Facilities, Teaching Rooms, Office, Student Accommodation and Public Realm.
- Understanding of Sustainable construction and Net Zero solution and devices for example but not limited to the application of circular economy principles in construction and demolition design; climate adaptation risk assessment and green infrastructure solutions; embodied carbon reduction and calculation and reporting; PAS 2080 for infrastructure; PassiveHaus/EnerPHit design and delivery; Well Building design and certification; Biophilia; BRREAM in Use and SKA rating systems
- Understanding of whole life costing / life cycle costings
- The use of BIM in circular economy as a tool to reduce emissions
- Ability to apply soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management
- Develop designs which allow safe and easy maintenance solutions
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,000,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Sustainability Advisory Services
Lot No
11
two.2.2) Additional CPV code(s)
- 71310000 - Consultative engineering and construction services
- 71311100 - Civil engineering support services
- 71311300 - Infrastructure works consultancy services
- 71313000 - Environmental engineering consultancy services
- 71313400 - Environmental impact assessment for construction
- 71313420 - Environmental standards for construction
- 71314300 - Energy-efficiency consultancy services
- 71315100 - Building-fabric consultancy services
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 71318000 - Advisory and consultative engineering services
- 71530000 - Construction consultancy services
- 71621000 - Technical analysis or consultancy services
- 73220000 - Development consultancy services
- 90713000 - Environmental issues consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
Sustainability Advisor- for Projects of any value
- Building Sustainability
Provide sustainability services that advise on the technical systems and solutions and interventions that enable our built environment to respond to meet net zero targets for heat, power, adaptation, resource use, embodied carbon. New build, refurbishment, retrofit, urban realm.
- Sustainable Design Guidance, Certification and Accreditation (Passivhaus, EnerPHit, Life Cycle Analysis, BIM, Circularity, Biophilia, Well Building, BREEAM);
- GHG reporting and carbon accounting and forecasting. GHG protocol; Carbon Disclosure Project guidance; Science Based Targets guidance; PAS 2080; ACCA reporting; Global Reporting Index guidance; SDGs delivery;
- Green Finance and Commercial Modelling for net zero and adaptation - Green investment models – blended debt and equity finance; green bonds, climate bonds; transformational finance for net zero and green infrastructure and adaptation.;
- Sustainability Services – active travel and transport planning; climate risk assessment; green infrastructure deployment (green walls, green roofs, rain gardens design); circular economy and resource use management; sustainable procurement; sustainable consumption; ethical procurement guidance; sequestration and offsetting knowledge; ecology and biodiversity assessment
Common across all lots:
- working collaboratively with the other design/ designers to deliver the clients end goal
- working in a live operation facilities maintaining ongoing operations
- delivering design services and or advisory services for New Build, Refurbishment, Conservation, Backlog Maintenance based projects, providing Laboratories / Research Facilities, Teaching Rooms, Office, Student Accommodation and Public Realm.
- Understanding of Sustainable construction and Net Zero solution and devices for example but not limited to the application of circular economy principles in construction and demolition design; climate adaptation risk assessment and green infrastructure solutions; embodied carbon reduction and calculation and reporting; PAS 2080 for infrastructure; PassiveHaus/EnerPHit design and delivery; Well Building design and certification; Biophilia; BRREAM in Use and SKA rating systems
- Understanding of whole life costing / life cycle costings
- The use of BIM in circular economy as a tool to reduce emissions
- Ability to apply soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management
- Develop designs which allow safe and easy maintenance solutions
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,000,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Photographic Record/ Digital Imagery Services
Lot No
12
two.2.2) Additional CPV code(s)
- 79131000 - Documentation services
- 71248000 - Supervision of project and documentation
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
Photographic Record/ Digital Imagery Services- for Projects of any value
- Provision of Initial Dilapidation Survey record photographs prior to the commencement of construction activities.
- Provision of photographic record to allow monitoring of construction works progress, both internally and externally.
- Provision of Interior Finished Condition record photographs
- Provision of handover photographic record of building components (ie Fire Stopping)
- Supporting assessment of contract claims and valuation of works.
- Monitoring Quality of workmanship and identifying / resolving defects.
- Supporting the works contract by providing web based accessible video demonstrations of building systems and enhancing Operational & Maintenance Manuals.
- Assisting maintenance activities
- Provision of Unmanned Aerial Vehicle (UAV) Mapping, Condition Surveys and digital imagery.
- Provision of point cloud laser scanning to allow generation of plans and BIM model (Scan -to Plan & Scan to Model)
- Provision of point cloud laser scanning to allow generation colour image based navigation tools.
- Providing Information to a wider audience on works progress
- Providing support to the client in the generation of marketing and publicity
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £500,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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 they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Architect- Small
Lot No
1
two.2.2) Additional CPV code(s)
- 71220000 - Architectural design services
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71210000 - Advisory architectural services
- 71221000 - Architectural services for buildings
- 71222000 - Architectural services for outdoor areas
- 71223000 - Architectural services for building extensions
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71251000 - Architectural and building-surveying services
- 71400000 - Urban planning and landscape architectural services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The following Lot description includes an overview of the required services, please note this list is not fully exhaustive and is not limited to the below only;
Architect- Small- for Projects with a Net Construction cost of up to 4,000,000 GBP.
- Lead the Design Team;
- provision of Architectural design services through the various RIBA stages of a project;
- provision of Contract Administration Services;
- development of feasibility studies and option appraisals;
- reporting of building fabric elements;
- provide architectural advice when requested
Common Across all Lots:
- working collaboratively with the other design/ designers to deliver the clients end goal
- working in a live operation facilities maintaining ongoing operations
- delivering design services and or advisory services for New Build, Refurbishment, Conservation, Backlog Maintenance based projects, providing Laboratories / Research Facilities, Teaching Rooms, Office, Student Accommodation and Public Realm.
- Understanding of Sustainable construction and Net Zero solution and devices for example but not limited to the application of circular economy principles in construction and demolition design; climate adaptation risk assessment and green infrastructure solutions; embodied carbon reduction and calculation and reporting; PAS 2080 for infrastructure; PassiveHaus/EnerPHit design and delivery; Well Building design and certification; Biophilia; BRREAM in Use and SKA rating systems
- Understanding of whole life costing / life cycle costings
- The use of BIM in circular economy as a tool to reduce emissions
- Ability to apply soft landing techniques.
- Use of Common Data Environments for design collaboration, contract administration and quality management
- Develop designs which allow safe and easy maintenance solutions
Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the procurement documents contained within Public Contracts Scotland Tender (PCS-T) within the General Supplier Attachment Area. In particular document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,000,000
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
The Framework is scheduled to commence on 1st November 2021 for an initial period of two years with an additional two optional twelve month extension periods. The University reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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 they are in 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.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to these statements when completing section 4B of the SPD (Scotland)
SPD (Scotland) questions included in this procurement are as follows:
4B.1.2
4B.1.3
4B.3
4B.4
4B.4.1
4B.5.1a
4B.5.1b
4B.5.2
4B.5.3
Minimum level(s) of standards possibly required
4B.1.2
Candidates are required to have a minimum yearly “average” turnover of [Please refer to the list below for each Lot] for the past three years:
- Lot 1: Architect - Small - 250,000 GBP
- Lot 2: Architect – Large - 1,000,000 GBP
- Lot 3: Building Services Engineer – Small -250,000 GBP
- Lot 4: Building Services Engineer – Large - 1,000,000 GBP
- Lot 5: Civil & Structural Engineer – Small - 250,000 GBP
- Lot 6: Civil & Structural Engineer – Large - 500,000 GBP
- Lot 7: Building Surveying Services - 250,000 GBP
- Lot 8: Cost Consultant/ Quantity Surveying Services – Small - 250,000 GBP
- Lot 9: Cost Consultant/ Quantity Surveying Services – Large - 1,000,000 GBP
- Lot 10: Project Management - 1,000,000 GBP
- Lot 11: Sustainability Advisor - 250,000 GBP
- Lot 12: Photographic Record & Digital Imagery - 50,000 GBP
4B.3
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 or started trading.
4B.4
Due to the character limit within this contract notice, the information relating to minimum standard for this question is as stated in the procurement documents. Please refer to Financial Assessment- SPD- 4B.4 v1 to complete.
4B.5.1a and 4B5.1b
Due to the character limit within this contract notice, the information relating to minimum standard for this question in relation to Lot 12 is as stated in the procurement documents and section VI.3 Additional Information.
The following insurance levels which are applicable to small lots:
- SPD 4B.5.1a: Professional Risk Indemnity - maintain a minimum indemnity limit of 2,000,000 GBP in respect of each claim, and without limit to the number of claims.
- SPD 4B.5.1b: Employer’s (Compulsory) Liability: 5,000,000 GBP in respect of each claim, and without limit to the number of claims;
- SPD 4B.5.2: Public Liability: 5,000,000 GBP in respect of each claim, and without limit to the number of claims;
- SPD 4B.5.2: Product Liability: 5,000,000 GBP in the aggregate; and
- SPD 4B.5.2: Motor Vehicle Insurance: 5,000,000 GBP for Property Damage, and unlimited in respect of Third Party Injury.
The following insurance levels which are applicable to large lots:
- SPD 4B.5.1a: Professional Risk Indemnity - maintain a minimum indemnity limit of 5,000,000 GBP in respect of each claim, and without limit to the number of claims.
- SPD 4B.5.1b: Employer’s (Compulsory) Liability: 10,000,000 GBP in respect of each claim, and without limit to the number of claims;
- SPD 4B.5.2: Public Liability: 10,000,000 GBP in respect of each claim, and without limit to the number of claims;
- SPD 4B.5.2: Product Liability: 10,000,000 GBP in the aggregate; and
- SPD 4B.5.2: Motor Vehicle Insurance: 5,000,000 GBP for Property Damage, and unlimited in respect of Third Party Injury.
The following insurance levels are applicable to Lot 5-Building Surveying Services and Lot 11- Sustainability advisor:
- SPD 4B.5.1a: Professional Risk Indemnity - maintain a minimum indemnity limit of 1,000,000 GBP in respect of each claim, and without limit to the number of claims.
- SPD 4B.5.1b: Employer’s (Compulsory) Liability: 5,000,000 GBP in respect of each claim, and without limit to the number of claims;
- SPD 4B.5.2: Public Liability: 5,000,000 GBP in respect of each claim, and without limit to the number of claims;
- SPD 4B.5.2: Product Liability: 5,000,000 GBP in the aggregate; and
- SPD 4B.5.2: Motor Vehicle Insurance: 5,000,000 GBP 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
Please refer to these statements when completing section 4B of the SPD (Scotland)
SPD (Scotland) questions included in this procurement are as follows:
4C.1.2- 100%
Scored as follows:
4 Excellent response - is excellent overall and will include a balance of completely relevant elements of the Contract as specified (but not limited to the specifications)
The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full
3 Good response - is relevant and will include a balance of elements of the Contract as specified (but not limited to the specifications)
The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled
2 Acceptable response - will include some elements of the Contract as specified (but not limited to the specifications)
The response addresses a broad understanding of the requirement but lacks details on how the requirement will be fulfilled
1 Poor response - is partially relevant and will include few elements of the Contract as specified (but not limited to the specifications)
The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled
0 Unacceptable - Nil or inadequate response
Fails to demonstrate an ability to meet the requirement
4C.6- Pass/ Fail
Scored as follows:
Candidates who can confirm the above qualifications for the respective lots for which they are bidding shall receive a Pass.
Those who are unable to confirm the above and provide the subsequent evidence shall be assessed as a Fail.
4C.10- Not scored
4D.1- Pass/ Fail
4D.2- Pass/ Fail
Minimum level(s) of standards possibly required
4C.1.2
Bidders 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 Find a Tender Service Contract Notice or the relevant section of the Site Notice.
For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice:
(Examples from both public and/or private sector customers and clients may be provided)
Candidates are required to review the document entitled UOS-18191-2020- SPD- 4C.1.2 Guidance and Template as referenced in part II.2.4 of the contract notice for full details of the minimum requirements. This document is contained on PCS-T.
4C.6
Lot 1: Architect - Small - RIBA, ARB, RIAS
Lot 2: Architect – Large – RIBA, ARB, RIAS
Lot 3: Building Services Engineer – Small -CIBSE
Lot 4: Building Services Engineer – Large - CIBSE
Lot 5: Civil & Structural Engineer – Small - MICE, IStructE
Lot 6: Civil & Structural Engineer – Large – MICE, IStructE
Lot 7: Building Surveying Services - MRICS
Lot 8: Cost Consultant/ Quantity Surveying Services – MRICS
Lot 9: Cost Consultant/ Quantity Surveying Services - MRICS
Lot 10: Project Management – MRICS, MAPM
Whereby the above qualifications have an equivalent and this can be evidenced as equivalent, this standard shall also be accepted upon review.
4D.1
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
Health and Safety Procedures
3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
Please refer to the attachment entitled Contract Notice Additional Information for full details. This document is contained on PCS-T.
4D.2
1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
Please refer to the attachment entitled Contract Notice Additional Information for full details. This document is contained on PCS-T.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
It is the University’s intention to utilise the NEC4 Framework Contract as supplemented and amended by the University’s Z Clauses- Additional conditions of contract. The Conditions of Contract will be included within Stage 2.
It is anticipated that call off contracts under Lots 2, 4, 6, 9, 10 will be governed by NEC4 Professional Services Contract inclusive of Z Clauses.
It is anticipated that call off contracts under Lots 1, 3, 5, 8 will be governed by NEC4 Professional Services Short Contract inclusive of Z Clauses.
It is anticipated Lots 7,11 and 12 will use either set of Conditions dependent on suitability for the project.
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
Envisaged maximum number of participants to the framework agreement: 45
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
7 June 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 July 2021
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: 7 (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: January 2025
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
Additional Information to II.I.6
The University has taken the decision to split the following disciplines into to ‘small’ and ‘large’ lots, Architectural Services (Lots 1 and 2), Building Services (Mechanical and Electrical Design Services) (Lots 3 and 4), Civil and Structural Services (Lots 5 and 6) and Cost Consultancy/ Quantity Surveying Services (Lots 8 and 9). The University has considered this as an appropriate structure for this framework with a view to promote and encourage participation from SME’s. This split is based on an estimate of the net construction value of projects with the small lots servicing projects based on an estimate of a net construction value of less than 4,000,000 GBP and the large lots servicing projects with an estimated net construction value of greater than 4,000,000 GBP.
Additionally the University in accordance with Regulation 47(4) of the Public Contract (Scotland) Regulations 2015, shall reserve the right to restrict the maximum number of lots that a tenderer can be awarded to for the disciplines noted above. As a result a tenderer who bids for both lots in each of the following disciplines Architectural Services, Building Engineering Design Services, Civil and Structural Engineering Design Services and Cost Consultancy/ Quantity Surveying Services lots may only be awarded a place onto to one of either the small or large lots for that relevant discipline. Tenderers may however be awarded contracts for more than one discipline (for example they may be awarded onto the lot for Architectural Services (small lot) and Building Engineering Design Services (large lot). The mechanism to determine which lot the tenderer will be awarded should they be found to be the most economically advantageous across both lots in each of the relevant disciplines is to award places on the large lot for each of the relevant disciplines first and remove those who are also successful on the lower value lot.
Please be advised bidders can bid across discipline where the bidding organisation has the capability to service multiple disciplines.
Community Benefits:
Full details of the community benefits that will apply to this contract will be provided at Stage 2. Bidders will be required to provide community benefits as part of this procurement exercise.
Please refer to the document entitled Contract Notice Additional Information v1, this document is contained on PCS-T.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18568. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Full details of the community benefits that will apply to this contract will be provided at Stage 2. Bidders will be required to provide community benefits as part of this procurement exercise.
The anticipated approach is detailed below:
It is anticipated that as part of Stage 2 ITT, the tenderer will provide a scored response in the form of a community benefits table and method statement.
In regards to the community benefits table, the Tenderer will have to indicate specifically what benefits they will offer depending on levels of spend attained throughout the duration of the Framework. For each spend threshold, the Tenderer must meet the minimum community benefit points outlined to attain the maximum weighting available, with any responses not meeting this threshold being pro-rated accordingly.
The terms of the Framework Agreement will reserve the ability to include a Community Benefit Offering in mini competitions across all lots.
(SC Ref:652301)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Pl
Glasgow
G5 9TW
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 Contracts (Scotland)
Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings to the Sheriff Court of the Court of Session.