Tender

SPS-02002 Framework Agreement for the Provision of a Quantity Surveying and Project Management Service

  • Scottish Prison Service

F02: Contract notice

Notice identifier: 2023/S 000-009782

Procurement identifier (OCID): ocds-h6vhtk-03ad07

Published 4 April 2023, 12:12pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Prison Service

One Lochside, 1 Lochside Avenue

Edinburgh

EH12 9HW

Contact

Chris Johnston

Email

Chris.Johnston@prisons.gov.scot

Telephone

+44 1313303779

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.sps.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00384

one.3) Communication

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

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

www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SPS-02002 Framework Agreement for the Provision of a Quantity Surveying and Project Management Service

Reference number

SPS-02002

two.1.2) Main CPV code

  • 71324000 - Quantity surveying services

two.1.3) Type of contract

Services

two.1.4) Short description

The scope of the Framework Agreement shall be to provide quantity surveying and project management services to support the delivery of a wide range, type and complexity of construction, maintenance and refurbishment projects. The projects will likely require the service of a Quantity Surveyor or Project Manager and will range from a value of approximately GBP20k to in excess of GBP100m. During the period of the intended framework agreement there is an annual expenditure programme of maintenance replacement works circa GBP3m to GBP5m and capital expenditure programme works of circa GBP8m plus the potential for large scale new build up to circa GBP30m annual expenditure.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72224000 - Project management consultancy services
  • 79421200 - Project-design services other than for construction work
  • 71242000 - Project and design preparation, estimation of costs
  • 71322100 - Quantity surveying services for civil engineering works

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Following publication of the Contract Notice, a Single Procurement Document (SPD) will be published by SPS and will be made available to bidders, along with SPS' supporting guidance document.

Following the evaluation of the SPD, shortlisted bidders will be provided with an Invitation to Tender (ITT). Tender responses will then be evaluated by SPS.

SPS is using an e-Tendering System for this procurement exercise. The system is called Public Contract Scotland-Tender (PCS-T) and can be accessed via the Procurement Contracts Scotland (PCS) website. All documentation, including the SPD (Scotland), is only available in electronic form and can be accessed via your web browser.

Bidders are required to complete the Online Qualification and Technical SPD (Scotland) Questionnaire on PCS-T.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There will be an optional 12 month estension period.

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

It is intended to invite a maximum of 5 bidders to the invitation to tender stage. These bidders shall have:

a) submitted a compliant submission, comprising the completed SPD;

b) satisfied the relevant selection criteria under the exclusion grounds;

c)Achieved the required standards with respect to:

(i) Minimum Standards of Eligibility - provided evidence of working on specified types of projects; and

(ii) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional ability.

d) Quality, environmental and health and safety management systems in place;

e) gained a PASS in respect of the financial and economic evaluation;

f) achieved the first, second, third, fourth and fifth highest total weighted scores

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

Bidders will be required to have a minimum yearly turnover of GBP250k for the last 3 years in the business areas covered by the contract.

Minimum level(s) of standards possibly required

Employers Liability insurance GBP5m

Public Liability insurance GBP5m

Professional Indemnity GBP1m

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD Question 2.2 Key Personnel - Manpower (40%)

SPD Question 2.3 Quality Assurance (10%)

SPD Question 2.4 Project Experience (30%)

SPD Question 2.5 Methodology (20%)


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: 3

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-005912

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

Date

28 April 2023

Local time

2:00pm

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

22 May 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: 2 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Full details of the Guide to Scoring which will be used to evaluated bidders responses can be found in the Instructions to Bidders document on PCS-T.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23851.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23851. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:728193)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom