Contract

Strategic Estates Space Review Consultancy

  • Queen Margaret University

F03: Contract award notice

Notice identifier: 2022/S 000-015799

Procurement identifier (OCID): ocds-h6vhtk-031b1c

Published 8 June 2022, 3:54pm



Section one: Contracting authority

one.1) Name and addresses

Queen Margaret University

Queen Margaret University Drive

Musselburgh

EH21 6UU

Email

kmurray1@qmu.ac.uk

Telephone

+44 1314740000

Country

United Kingdom

NUTS code

UKM73 - East Lothian and Midlothian

Internet address(es)

Main address

http://www.qmu.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00364

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Strategic Estates Space Review Consultancy

Reference number

QMU-22970

two.1.2) Main CPV code

  • 79415200 - Design consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Queen Margaret University is seeking to procure consultancy services for a strategic estates space review.

The consultancy services consist of an initial review and report under 3 work streams:

Work stream A – Specialist Space

Work stream B – Learning Resources Centre (LRC)

Work stream C – Offices & Workspace

There will also be associated projects under the RIBA Plan of Work 2020.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £35,750 / Highest offer: £89,195 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian

two.2.4) Description of the procurement

Primary Objectives:

-To assess current functional suitability of spaces to deliver educationally rich learning and teaching, support diverse research and provide a positive workplace environment.

-To categorise the level of change which will support and inform investment in modification and adaptation of space as part of the University Infrastructure Strategy (IS) and to feed into the Strategic Investment Plan (SIP).

Key Outcomes:

Workstream A – Specialist Space

1. Assessment and evaluation of the current pressures on specialist space and their functional suitability and capture implications of plans for future growth.

2. Outline proposals for discrete projects to address issues identified.

3. Prioritisation of projects and a creation of a programme for delivery taking account of deliverability constraints.

Workstream B – Learning Resources Centre (LRC)

1. Assessment and evaluation of the current utilisation and layout of the LRC, opportunities for improved layout and design which supports student centred learning, improves functional suitability and delivers an enriched educational experience.

2. Outline proposals to address issues identified.

3. A phased programme for project delivery taking account of deliverability constraints.

Workstream C – Offices & Workspace

1. Capacity assessment for future growth in staff accounting for scenarios for fractional contracts and hybrid working and adoption of agile working.

2. Development of revised workspace planning model to account for:

a. implementation of digital strategy

b. activity based workplace

c. neurodiversity

3.FF&E specification and selection to deliver model as pilot.

All three workstreams should include 2D drawings and 3D models and visualisations as required to convey the proposals.

Measurement of Outcomes:

The achievement of the outcomes will be measured through a series of feedback mechanisms e.g. NSS, staff surveys, stakeholder lessons learned sessions, post-occupancy evaluation. Where these are regular surveys, benchmarking to demonstrate improvement in satisfaction will be undertaken. Where proof of concepts or pilots are utilised, these will be utilised where practical before design of final proposals.

two.2.5) Award criteria

Quality criterion - Name: Project Resources / Weighting: 20%

Quality criterion - Name: Fair Work / Weighting: 5%

Quality criterion - Name: Quality Assurance / Weighting: 15%

Quality criterion - Name: Project Services Methodology / Weighting: 20%

Price - Weighting: 40%

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2022/S 000-005248


Section five. Award of contract

Contract No

QMU-22970

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 May 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 5

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ADP

101 George Street

Edinburgh

EH2 3ES

Telephone

+44 1312974310

Country

United Kingdom

NUTS code
  • UKM75 - Edinburgh, City of
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £62,687 / Highest offer: £89,195 taken into consideration

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 50 %

Short description of the part of the contract to be subcontracted

Some elements of space consultancy


Section six. Complementary information

six.3) Additional information

(SC Ref:696226)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Edinburgh

Country

United Kingdom