Planning

Quantity Surveying Framework Agreement

  • University of Edinburgh

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-017404

Procurement identifier (OCID): ocds-h6vhtk-034aa1

Published 24 June 2022, 4:31pm



Section one: Contracting authority

one.1) Name and addresses

University of Edinburgh

9-16 Chambers Street

Edinburgh

EH11HT

Contact

Maria Dick

Email

maria.dick@ed.ac.uk

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.ed.ac.uk/schools-departments/procurement/supplying

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

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://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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Quantity Surveying Framework Agreement

Reference number

EC0975

two.1.2) Main CPV code

  • 71324000 - Quantity surveying services

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Edinburgh wishes to establish a four year Framework Agreement for the provision of Quantity Surveying Services.

The purpose of this Framework Agreement is to deliver an EU compliant, quick and efficient route to market for the University and Suppliers, minimising the resource required to procure Quantity Surveying Services.

The framework agreement shall be tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. All of the University of Edinburgh’s Subsidiary Companies may access and utilise the framework agreement at any time during the life of the framework period.

The timeline for tendering is still to be finalised however we anticipate tendering procedures shall commence no later than August 2022 and award of framework agreement March 2023.

This procurement will be conducted using the Two Stage Restricted Procedure.

The tendering exercise will use the Public Contracts Scotland – Tender (PCS-T) portal

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html

All interested parties are requested to register their interest in this Prior Information Notice (PIN) and ensure they are registered on PCS-T in order to access the tender, once published.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Maintenance/Small Works Projects up to a contract value of GBP 2.5M

Lot No

1

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh

two.2.4) Description of the procurement

It is anticipated the procurement will be conducted through the use of the 2 stage Restricted Procedure.

Stage 1 - Single Procurement Document SPD (Scotland). The shortlisting decision shall be based on the requirement to pass any minimum standards (pass/fail) sections of the SPD as well as on the results of the scored questions listed in the PCS-T technical envelope. In addition, each supplier will require to undergo a financial turnover test specific to each Lot and have a minimum annual turnover for the last three years (to be detailed in the PCS contract notice and tender documents).

Stage 2 - Invitation to Tender (ITT). The ITT will evaluate both the technical and cost elements. The cost and quality score will be combined to calculate the overall MEAT (most economically advantageous) score for each supplier.

two.2.14) Additional information

Value bandings for each lot are indicative and may change.

two.2) Description

two.2.1) Title

New Build/Refurbishment Projects with a value over GBP 2.5M and up to GBP 10M

Lot No

2

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh

two.2.4) Description of the procurement

It is anticipated the procurement will be conducted through the use of the 2 stage Restricted Procedure.

Stage 1 - Single Procurement Document SPD (Scotland). The shortlisting decision shall be based on the requirement to pass any minimum standards (pass/fail) sections of the SPD as well as on the results of the scored questions listed in the PCS-T technical envelope. In addition, each supplier will require to undergo a financial turnover test specific to each Lot and have a minimum annual turnover for the last three years (to be detailed in the PCS contract notice and tender documents).

Stage 2 - Invitation to Tender (ITT). The ITT will evaluate both the technical and cost elements. The cost and quality score will be combined to calculate the overall MEAT (most economically advantageous) score for each supplier.

two.2.14) Additional information

Value bandings for each lot are indicative and may change.

two.2) Description

two.2.1) Title

New Build/Refurbishment Projects with a value over GBP 10M

Lot No

3

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh

two.2.4) Description of the procurement

It is anticipated the procurement will be conducted through the use of the 2 stage Restricted Procedure.

Stage 1 - Single Procurement Document SPD (Scotland). The shortlisting decision shall be based on the requirement to pass any minimum standards (pass/fail) sections of the SPD as well as on the results of the scored questions listed in the PCS-T technical envelope. In addition, each supplier will require to undergo a financial turnover test specific to each Lot and have a minimum annual turnover for the last three years (to be detailed in the PCS contract notice and tender documents).

Stage 2 - Invitation to Tender (ITT). The ITT will evaluate both the technical and cost elements. The cost and quality score will be combined to calculate the overall MEAT (most economically advantageous) score for each supplier.

two.2.14) Additional information

Value bandings for each lot are indicative and may change.

two.3) Estimated date of publication of contract notice

31 August 2022


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The procurement strategy for this tendering exercise is still to be finalised therefore the information provided is indicative and may change.

All interested parties are requested to register their interest in this Prior Information Notice (PIN) and ensure they are registered on PCS-T in order to access the tender, once published.

The tendering exercise will use the Public Contracts Scotland – Tender (PCS-T) portal

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html

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=698322.

(SC Ref:698322)