Opportunity

Building Construction Consultancy

  • Scotland Excel

F02: Contract notice

Notice reference: 2022/S 000-010813

Published 27 April 2022, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Contact

Graeme Sutherland

Email

construction@scotland-excel.org.uk

Fax

+44 1416187423

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

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://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Building Construction Consultancy

Reference number

0920

two.1.2) Main CPV code

  • 71315200 - Building consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework Contract is for the provision of a range of construction related consultancy services to buildings and their surrounding grounds which Councils, Scotland Excel associate members and other bodies participating in this procurement as detailed in this notice may require. The framework is divided into 14 lots as follows:

-Lot 1 - Architecture

-Lot 2 - Civil and Structural Engineering

-Lot 3 - Mechanical, Electrical and Plumbing Engineering

-Lot 4 - Quantity Surveying

-Lot 5 – In House Multi Disciplinary

-Lot 6 – Architect Led Multi Disciplinary

-Lot 7 - Conservation Architecture

-Lot 8 - Clerk of Works

-Lot 9 - Project Management

-Lot 10 - Landscape Architecture

-Lot 11 - CDM Advice

-Lot 12 - Master planning

-Lot 13 – Environmental Engineering

-Lot 14 - Building Surveying

For more information about the requirements for each lot please see summary information, below, and the tender documentation which is available in the relevant PCS-T project for this procurement exercise.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Architecture

Lot No

1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71223000 - Architectural services for building extensions
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services
  • 71251000 - Architectural and building-surveying services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland

two.2.4) Description of the procurement

A range of architectural services on buildings and their adjacent grounds excluding conservational architectural services, which is included in Lot 7. The services may include, but are not limited to:

-design,

-analysis,

-inspection and assessment,

-interpretation and reporting,

-preparation of tender and contract documentation,

-works supervision,

-certification,

-post contract,

-general advice,

-supplement council resources,

-Building Information Modelling (BIM),

-BIM management,

-Principal Designer and

-assistance at public local inquiry.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Civil and Structural Engineering

Lot No

2

two.2.2) Additional CPV code(s)

  • 71312000 - Structural engineering consultancy services
  • 71311000 - Civil engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

A range of civil and structural engineering services to buildings and adjacent grounds, which may include, but are not limited to:

-design,

-analysis,

-inspection and assessment,

-surveys and investigations,

-testing,

-interpretation and reporting,

-preparation of tender and contract documentation,

-works supervision,

-contract administration,

-post contract,

-general advice,

-supplement council resources,

-Building Information Modelling (BIM),

-BIM management,

-Principal Designer and

-assistance at public local inquiry.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Mechanical, Electrical and Plumbing Engineering

Lot No

3

two.2.2) Additional CPV code(s)

  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71321300 - Plumbing consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

A range of mechanical, electrical and plumbing engineering services to buildings and adjacent grounds, which may include but are not limited to:

-design,

-analysis,

-inspection and assessment,

-surveys and investigations,

-testing,

-interpretation and reporting,

-preparation of tender and contract documentation,

-works supervision,

-contract administration,

-post contract,

-assistance at public local inquiry,

-general advice,

-supplement council resources,

-Building Information Modelling (BIM),

-BIM management and

-Principal designer

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Quantity Surveying

Lot No

4

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland

two.2.4) Description of the procurement

A range of quantity surveying services, which may include but are not limited to:

-cost consultancy,

-feasibility,

-billing,

-valuations,

-measurement and remeasurement,

-benchmarking,

-preparation of contract documents,

-supplement council resources and

-assistance at public local inquiry.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

In House Multi Disciplinary

Lot No

5

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

The combination of architectural; civil and structural engineering; and mechanical, electrical and plumbing engineering services delivered through a Supplier’s in house resource. These consultancy services may also be delivered with services from one, some or all of the following disciplines/discipline groups, and other building construction consultancy related services:

-Quantity Surveying,

-Project Management,

-Planning

-Archaeology,

-Environmental Engineering,

-Clerk of Works,

-CDM Advice,

-any other consultancy services that may improve the quality, cost or efficiency to a design, construction activity, building or adjacent ground.

The services may include (without limitation):

-design,

-analysis,

-inspection and assessment,

-surveys and investigations,

-interpretation and reporting,

-preparation of tender and contract documentation,

-works supervision,

-contract administration,

-post contract,

-assistance at public local inquiry,

-general advice,

-Building Information Modelling (BIM),

-BIM management and,

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Architect Led Multi Disciplinary

Lot No

6

two.2.2) Additional CPV code(s)

  • 79415200 - Design consultancy services
  • 71530000 - Construction consultancy services
  • 71315200 - Building consultancy services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

The combination of architectural; civil and structural engineering; and mechanical, electrical and plumbing engineering services. This being delivered through Supplier's in house architectural resource as the Design Lead in combination with services from the following disciplines/discipline groups, which may be delivered by either in house or sub-contracting arrangements:

- Civil and Structural Engineering

- Mechanical, Electrical and Plumbing Engineering

and may also include services from one, some or all of the following discipline groups including (without limitation):

-Quantity Surveying,

-Project Management,

-Planning

-Archaeology,

-Environmental Engineering,

-Clerk of Works,

-CDM Advice and

-any other consultancy services that may improve the quality, cost or efficiency to a design, construction activity, building or adjacent ground.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Conservation Architecture

Lot No

7

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland

two.2.4) Description of the procurement

A range of conservation related Architectural services for prolonging or enhancing buildings of historical or cultural importance, which may include, but is not limited to:

-design,

-analysis,

-inspection and assessment,

-interpretation and reporting,

-preparation of tender and contract documentation,

-works supervision,

-certification,

-post contract,

-assistance at public local inquiry,

-general advice,

-supplement council resources,

-Building Information Modelling (BIM),

-BIM management and,

-Principal Designer

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Clerk of Works

Lot No

8

two.2.2) Additional CPV code(s)

  • 79994000 - Contract administration services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland

two.2.4) Description of the procurement

A range of Clerk of Works services, which may include:

-inspection,

-quality checks,

-material passport management,

-assessments,

-monitoring and reporting,

-recording,

-record keeping,

-contract administration,

-supplement council resources,

-assistance at public local inquiry and

-advice.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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 Contract will be for a period of up to four years from its commencement date. The initial period of the Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

two.2.10) Information about variants

Variants will be accepted: Yes

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Project Management

Lot No

9

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 79410000 - Business and management consultancy services
  • 79418000 - Procurement consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

A range of project and commercial management services to buildings related construction projects and adjacent grounds, which may include but are not limited to:

-leading and managing project teams;

-cost, programme, critical path, risk, quality and change management;

-project outcomes, support, management and documentation;

-integration and flow of design information;

-planning, development and scheduling;

-resource advice, administration and management;

-scope and specification development;

-stakeholder management;

-BIM Management;

-undertaking the role of Employers’ Agent;

-public Contract Tendering;

-communication, information and management protocols;

-quality management;

-audits, including quality audits;

-cost consulting, measuring and project budget;

-value engineering;

-value surveying;

-value management;

-general project advice and support;

-appraisals;

-surveys, studies and strategies;

-feasibility;

-business case development;

-preparation of tender contract documentation for specialist activity;

-contract and tender preparation and administration;

-policy advice;

-general advice;

-reporting;

-market profiling;

-contract and regulatory management;

-contract administration;

-site and works supervision;

-undertaking the role of NEC 4 Service Manager;

-assistance at public local inquiry and

-supplement council resource.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Landscape Architecture

Lot No

10

two.2.2) Additional CPV code(s)

  • 71420000 - Landscape architectural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

A range of Landscape Architectural Services including, but not limited to:

-design,

-analysis,

-inspection and assessment,

-surveys and investigations,

-testing,

-interpretation and reporting,

-preparation of tender and contract documentation,

-works supervision,

-post contract,

-supplement council resources,

-Principal Designer,

-general advice,

-policy advice of walkways, gardens, parks, recreational spaces and/or landscape features.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

CDM Advice

Lot No

11

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

A range of CDM advice and consultancy in support of the construction of buildings and adjacent grounds such as, but not limited to:

-designer and Principal Designer audits,

-Client brief on CDM Obligations,

-health and safety document management,

-preparing and submitting notifications of construction projects to HSE,

-site safety inspections and audits,

-CDM briefings to contractors,

-producing or reviewing construction plans,

-assisting method statement and risk assessment productions,

-assisting risk assessments and method statements reviews and

-reviewing contractor operations and maintenance manuals.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are able to select which regions they are able to service.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Master Planning

Lot No

12

two.2.2) Additional CPV code(s)

  • 71310000 - Consultative engineering and construction services
  • 71410000 - Urban planning services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

A range of master planning of building estates and adjacent areas, which may include, but not are limited to:

-neighbourhood character and heritage,

-housing and commercial areas,

-recreational facilities,

-educational facilities and

-health facilities

The services may include:

-preparation work,

-planning advice,

-feasibility study

-development work,

-options appraisals,

-project audit,

-project evaluation,

-impact assessments,

-business case development and evaluation,

-principal development of planning documents,

-Assistance at public local inquiry,

-concept design and principles and

-local community engagement

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Environmental Engineering

Lot No

13

two.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

The services may encompass a range of environmental services in support of buildings related construction, which may include, but are not limited to the following specialisms:

-vibration;

-light;

-acoustic;

-water quality;

-air quality;

-habitat;

-vegetation, rot and damp;

-contamination;

-embodied carbon;

-Passivhaus support;

-building adaptability and repurposing and

-energy efficiency.

The service may include:

-design,

-methodology,

-appraisals,

-surveys,

-studies,

-feasibility,

-assessments,

-consultation,

-monitoring,

-interpretation and reporting,

-inspection, investigation and testing,

-preparation of contracts for supporting investigative studies or works Tender contract documentation preparation and administration (if acting as the lead consultant),

-policy and legislation advice,

-consents,

-reports,

-cost estimates,

-post contract consultancy,

-assistance at public local inquiry,

-general advice and

-supplement council resources.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Building Surveying

Lot No

14

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland

two.2.4) Description of the procurement

Building surveying services which may include, but are not limited to: -

-surveys,

-feasibility,

-inspection,

-planning,

-recommendations,

-cost analysis,

-reports,

-process management,

-budget and scheduling advice,

-construction and maintenance advice,

-contractor supervision,

-energy efficiency advice,

-supporting planning applications,

-supporting demolition license applications,

-assistance at public local inquiry and

-supplement council resources.6.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.


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

As this proposed framework agreement is divided into lots, these technical and professional ability selection criteria apply separately in relation to each individual lot.

SPD (SCOTLAND) QUESTIONS 4A.1 - SUITABILITY

The Tenderer must be enrolled in the relevant professional or trade registers kept in its country of establishment.

UK based Architect staff of Tenderers must hold registration with the Architects Registration Board:

-Lot 1 – Architecture

-Lot 5 – In House Multi Disciplinary

-Lot 6 – Architect Led Multi Disciplinary

-Lot 7 - Conservation Architecture

three.1.2) Economic and financial standing

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing

selection criteria apply separately in relation to each individual lot.

SPD (SCOTLAND) QUESTIONS 4B.5.1 AND 4B.5.2 - Insurance Requirements

SPD (SCOTLAND) QUESTIONS 4B.6 - Other Economic and Financial Requirement

Minimum level(s) of standards possibly required

SPD (SCOTLAND) QUESTIONS 4B.5.1 AND 4B.5.2 - INSURANCE REQUIREMENTS

Tenderers must confirm that they already have, or can commit to obtain prior to the commencement of the Framework Contract, the following types and minimum levels of insurance cover on terms compatible with the requirements of the Framework Contract:-

- The Consultant’s failure to use the skill and care normally used by professionals providing services similar to the services, to a minimum

of 2million GBP in respect of each and every claim with an aggregate limit of 5million GBP, to be maintained for the duration of the service and for 12 years from Completion of the whole of the services.

- Loss of or damage to property and liability for bodily injury to or death of a person (not an employee of the Consultant) arising from or in connection with the Consultant Providing the Service, to a minimum of 10 million GBP in respect of each claim and in the aggregate, to be maintained for the duration of the service and for 1 year from Completion of the whole of the services.

- Death of or bodily injury to employees of the Consultant arising out of and in the course of their employment in connection with the contract, to a minimum of 10million GBP in respect of each and every claim and in the aggregate, to be maintained for the duration of the service and for 1 year from Completion of the whole of the services.

- Third party motor vehicle insurance, to a minimum of 5million GBP in respect of each and every claim without limit to the number of claims, to be maintained for the duration of the service and for 1 year from Completion of the whole of the services.

Tenderers must note that these minimum levels of insurance are required to be awarded onto the framework, however, the Councils may request an increase to the minimum level of insurance cover required or request additional insurance cover when awarding a Work Order under the Framework Contract.

Furthermore, any Tenderer bidding for Lot 6 – Architect Led Multi Disciplinary must confirm that the sub-contractors they are offering to undertake the services described in section 2 and 3 of the Description of service within the ‘Detailed Scope’ document in the ITT already have, or can commit to obtain prior to the commencement of the Framework Contract, each of the abovementioned minimum levels of insurance cover on terms compatible with the requirements of the Framework Contract.

The Council may require increased levels of insurance at the time of issue of a Work Order.

SPD (SCOTLAND) QUESTION 4B.6 - OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

The Tenderer is required to confirm that a search of the tenderer against "Equifax Protect" will not return a 'Warning' or 'Caution' code or any neutral code, unless the Tenderer can provide any other documentation which Scotland Excel considers appropriate to prove to Scotland Excel that the Tenderer does/would not present an unmanageable risk should it be appointed on to the proposed framework agreement.

Furthermore, Tenderers bidding for Lot 6 – Architect Led Multi Disciplinary are required to confirm that a search of the sub-consultants they are offering to undertake the services detailed in section 2 and 3 of the Description of service within the ‘Detailed Scope’ document in the ITT against "Equifax Protect" will not return a 'Warning' or 'Caution' code or any neutral code, unless the Tenderer can provide any other documentation which Scotland Excel considers appropriate to prove to Scotland Excel that the Tenderer does/would not present an unmanageable risk should it be appointed on to the proposed framework agreement.

agreement.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD (Scotland) Question 4C.10 - Subcontracting

SPD (Scotland) Question 4D.1 - Quality Management Procedures

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the "BBCF (0920) Tenderer Information Instruction and Evaluation Methodology" document located in the "Information & Instructions" folder within the ITT.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework Contract and contracts to be called off thereunder (to the extent known or settled at this stage), please see the tender documents (details of how to access these are set out in section "I.3, Communication" of this Contract Notice).

Scotland Excel will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract).

For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please refer to the tender documentation which is available in the relevant PCS-T project for this procurement exercise.

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: 50

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: 2021/S 000-009388

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

Date

3 June 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 12 December 2022

four.2.7) Conditions for opening of tenders

Date

3 June 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):

A) The 32 local authorities in Scotland as listed at http://www.scotland-excel.org.uk/home/aboutus/ourmembers.aspx

B) Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx

C) any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014.

D) Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator: http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.

E) Tayside Contracts

F) Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education sector in Scotland and their associated and affiliated bodies.

G) Scottish Prison Service (SPS)

H) Scottish National Health Service Authorities and Trusts

I) Transport Scotland

J) Scottish Government and Scottish Central Government Bodies.

The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.

Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed framework agreement.

IMPORTANT NOTE FOR TENDERERS: For some lots, minimum bid thresholds and other particular requirements apply. Where Tenderers require to submit an NEC4 fee percentage, this must not exceed 15%. Bids will be excluded from evaluation (in whole, or in part) if they do not include the information required in accordance with instructions given. Further, detailed instructions are contained within the tender documents.

Rebates apply to this framework.

Further information regarding the operation of the framework and the tendering requirements can be found within the tender documentation which is available in the relevant PCS-T project for this procurement exercise.

Scotland Excel have provided a webinar link providing tendering guidance for suppliers Link:(https://youtu.be/rY9UG5FH_qc)

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18575. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

A summary of the expected community benefits has been provided as follows:

Tenderers are requested to agree to the community benefits approach as set out in the ITT. Where agreed, if successful in award onto the

framework and if a Work Order is awarded through the framework, consultants will be required to:

1. Upon award of the Work Order proactively engage with the Council to agree the selection of community benefit outcomes and how these will be monitored between the parties (including reporting and reviews).

2. Commence implementing the community benefits immediately, or as soon as reasonably possible, upon being appointed a Work Order.

3. Inform Scotland Excel of the selection of community benefit outcomes which have been agreed with the Council and report on the

delivery these on a bi-annual basis in a format prescribed by Scotland Excel.

(SC Ref:670978)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

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 in the Sheriff Court or the Court of Session.