Section one: Contracting authority
one.1) Name and addresses
University of St Andrews
Walter Bower House, Eden Campus
Guardbridge
KY16 0US
Contact
Adrian Wood
Telephone
+44 1334462523
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
http://www.st-andrews.ac.uk/procurement/
Buyer's address
https://www.st-andrews.ac.uk/media/procurement/buyer-profile.pdf
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofstandrews
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/universityofstandrews
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/universityofstandrews
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
Estates: Architect & Lead Designer for New North Haugh Building
Reference number
EST/100521/RF/SL
two.1.2) Main CPV code
- 71221000 - Architectural services for buildings
two.1.3) Type of contract
Services
two.1.4) Short description
To facilitate the development of the New North Haugh Building the University of St Andrews require to engage a Professional Team incorporating the Design Team, which will be led by the Architect and Lead Designer.
The Architect and Lead Designer will ultimately be responsible for developing the Final Project Brief in conjunction with the University and subsequently developing/co-ordinating the design package, that addresses the University’s requirements whilst recognising cost and time parameters.
The University has a number of developments planned to expand the built estate across its Town Centre, Eden and North Haugh campuses. On the North Haugh, a new building of 6,150m² is required to collocate the School of Mathematics and Statistics to a single site by academic year 2025/6. The construction budget is set at GBP20m. This team will be required to work with key users, departments and the university community to progress a design that will capture both the university’s current aspirations to create an inclusive and innovative environment, and some future requirements, all to realise the full potential of this key North Haugh site.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
UK-St Andrews
two.2.4) Description of the procurement
Architect and Lead Designer for the New North Haugh Building at the University of St Andrews.
To facilitate the development of the New North Haugh Building the University of St Andrews require to engage a Professional Team incorporating the Design Team, which will be led by the Architect and Lead Designer.
The Architect and Lead Designer will ultimately be responsible for developing the Final Project Brief in conjunction with the University and subsequently developing/co-ordinating the design package, that addresses the University’s requirements whilst recognising cost and time parameters.
The University has a number of developments planned to expand the built estate across its Town Centre, Eden and North Haugh campuses. On the North Haugh, a new building of 6,150m² is required to collocate the School of Mathematics and Statistics to a single site by academic year 2025/6. The construction budget is set at GBP20m. This team will be required to work with key users, departments and the university community to progress a design that will capture both the university’s current aspirations to create an inclusive and innovative environment, and some future requirements, all to realise the full potential of this key North Haugh site.
Background
The new building will optimise a central location on the North Haugh on the site of the existing New Technology Centre. It will form a core facility in which all NH users may traverse, congregate, and collaborate. The addition of c6,150sqm of research, teaching and learning space will support the student growth already achieved whilst, by designing in flexibility and adaptability, we will strive to future proof the facility to account for further developments in pedagogy, research methods, technology and digital innovation.
The building will provide a new, single site and front door identity for the School of Mathematics and Statistics with collaboration spaces for the School of Computer Science. It will also provide new and innovative central teaching facilities, learning, study and social spaces with a café facility that will be available to the staff and student community.
The space brief will be prepared in consultation with the Schools and our Timetabling team to reflect the student growth achieved and to future proof teaching space demand that will arise during the phased refurbishment of North Haugh buildings such as Physics and Purdie. The space brief will reflect recent changes in working practises and pedagogy experienced as a consequence of covid related restrictions. A range of work settings will be explored to meet academic needs alongside an aspiration to encourage more flexibility and utilisation efficiencies. The student experience is at the heart of our operation where we strive to provide a wide range of learning environments to suit all, be that quiet, group or interactive study space. The suite of teaching spaces will include a raked, active lecture theatre alongside a flat floored, flexible lecture space. Two 100 seat computer classrooms are envisaged plus a selection of tutorial and seminar rooms.
The development of the design brief, procurement, and construction strategy around the project will strive to attain net-zero carbon, aligning to the University target of becoming a net-zero carbon organisation by 2035. The project must achieve a minimum of BREEAM Excellent, EPC A rating, and Carbon Neutral for energy.
It is intended that Urban Realm improvements to the North Haugh should form a separate project following the early design stages of the new building, improving the environment for all users, tying together activities on the NH and demonstrating the integrated nature of the University’s scientific endeavours.
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
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As detailed in SPD Document and Guidance Notes.
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
All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews
Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 June 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 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: 3 (from the date stated for receipt of tender)
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
All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews
Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted
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=653224.
(SC Ref:653224)
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court
6 West Bell Street
Dundee
DD1 9AD
Telephone
+44 1382229961
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews.
If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2012 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.
The anticipated review body in such cases would be:
Dundee Sheriff Court
6 West Bell Street
Dundee
DD1 9AD
Telephone: +44 1382 229 961
Anyone bringing court proceedings against the University of St Andrews must inform the University of St Andrews in advance of the alleged breach and its intention to bring proceedings. Any such action must be brought within 15 days of the date on which a decision is sent to them or published to challenge that decision.
Proceedings seeking an ineffectiveness order must be brought within 30 days of the publication of the contract award notice in the OJEU, or 30 days from the date of a decision letter to all tenderers concerned, and any candidates concerned, containing a summary of the reason for the recipient being unsuccessful, otherwise 6 months from the date of entering into the contract or concluding the framework agreement.
Where a contract has not been entered into the Court may, by interim order, suspend the procurement procedure. The court may also set aside a decision or actions taken by the University or order it to amend and document; and/or award damages. However, by express requirement the court may decide not to grant an interim order when the negative consequences of such an order are likely to outweigh the benefits, having regard to a number of considerations.
If the contract has been entered into the Court may, depending on the nature of the breach: make an ineffectiveness order; impose a financial penalty; shorten the duration of the contract; make any other order considered appropriate to address the consequences of ineffectiveness or shortening the duration or the contract; award damages.