Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Laura Gillan
Laura.Gillan@renfrewshire.gov.uk
Telephone
+44 3003000300
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://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
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PGSCC - Multi-Disciplinary Design Team
Reference number
RC-CPU-21-153
two.1.2) Main CPV code
- 71220000 - Architectural design services
two.1.3) Type of contract
Services
two.1.4) Short description
Renfrewshire Council require to appoint an Architect led Multi-Disciplinary Design Team (MDDT) from Stage 0-7 (inclusive) delivering in accordance with the RIBA 2020 Plan of Work. The minimum disciplines required to be included in the MDDT are as follows –
1) Architect
2) Passivhaus Designer
2) Building Services Engineer
3) Civil and Structural Engineer
4) Lead Consultant
Renfrewshire Council will require an adequately resourced MDDT through all plan of work stages and it is encouraged that each discipline will have a Director or equivalent to oversee the project with Associate Director or equivalent being the lead within each discipline.
The PGSCC will accommodate a roll of circa 1200 pupils and will benefit from a community café and community space.
The project is being part funded by the Scottish Futures Trust (SFT) within the Stage 2 Learning Estate Investment Programme (LEIP). The project will require to attain the SFT LEIP metrics.
The project will be managed by an in-house Project Management Team and assisted with Quantity Surveying and Principal Designer disciplines procured from the private sector via an appropriate procurement route.
Renfrewshire Council has appointed a consultant team to work with the Strategic Leadership and lead the stakeholder engagement process to inform the brief.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 22314000 - Designs
- 71220000 - Architectural design services
- 71320000 - Engineering design services
- 71242000 - Project and design preparation, estimation of costs
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire
two.2.4) Description of the procurement
Renfrewshire Council require to appoint an Architect led Multi-Disciplinary Design Team (MDDT) from Stage 0-7 (inclusive) delivering in accordance with the RIBA 2020 Plan of Work. The minimum disciplines required to be included in the MDDT are as follows –
1) Architect
2) Passivhaus Designer
2) Building Services Engineer
3) Civil and Structural Engineer
4) Lead Consultant
Renfrewshire Council will require an adequately resourced MDDT through all plan of work stages and it is encouraged that each discipline will have a Director or equivalent to oversee the project with Associate Director or equivalent being the lead within each discipline.
The PGSCC will accommodate a roll of circa 1200 pupils and will benefit from a community café and community space.
The project is being part funded by the Scottish Futures Trust (SFT) within the Stage 2 Learning Estate Investment Programme (LEIP). The project will require to attain the SFT LEIP metrics.
The project will be managed by an in-house Project Management Team and assisted with Quantity Surveying and Principal Designer disciplines procured from the private sector via an appropriate procurement route.
Renfrewshire Council has appointed a consultant team to work with the Strategic Leadership and lead the stakeholder engagement process to inform the brief.
The Multi-Disciplinary Design Team (MDDT) will be appointed by Renfrewshire Council with the MDDT being novated to a Principal Contractor, the RIBA stage at which this will occur will be further defined at ITT stage of this requirement.
Early Contractor engagement will be sought and is anticipated no later than the commencement of RIBA Stage 2.
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
60
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:
When all of the Candidates’ who meet the minimum requirements PGSCC - MULTI-DISCIPLINARY DESIGN TEAM RTP Technical Questionnaires have been scored, these will be ranked according to the Total Weighted Score in order to reduce the number of otherwise qualified Candidates based on that ranking.
In respect of the scored questions 4C 1 A-E for the Invitation to Participate a Bidder must achieve a technical score of 70% to be invited to the Stage 2 Initial tender.
It is the Council’s intention to reduce the number of candidates to five (5) Candidates who will be selected to Stage 2 Initial tender. However, the Council reserves the right to invite less than 5 Candidates to tender where it does not receive 5 RTPs which meet the minimum requirements.
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
Candidate’s must comply with all of the minimum requirements of the SPD. Guidance on the minimum requirements for each part of the SPD and the method of assessing compliance with the minimum requirements is stated in Appendix 1 - SPD requirements section of the Invitation to Participate (ITP) contained within the Supplier Attachment area of the PCS-T project 19451, pqq_5602
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
The Candidate must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015.
Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Failure to do so may result in the Candidate being disqualified from the process
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
Reference to the relevant law, regulation or administrative provision
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
Please refer to the Supplier Attachment Area within document "MDDT Qualifications & Experience" contained within the Supplier Attachment Area of PCS-T Project 19451, pqq_5602 for further detail on the required qualifications and experience for each discipline.
three.2.2) Contract performance conditions
This Contract will include performance conditions relation to fair working practices and community benefits. The tender requests mandatory employment community benefits and scored community benefits.
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
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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 000-019059
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
11 October 2021
Local time
10:00am
Changed to:
Date
15 October 2021
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 October 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: 5 (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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Recommended Tenderer will be required to provide at Request for Documentation stage the following documents:
Health and Safety Questionnaire and supporting information
S1 Equalities Questionnaire
S2 Equalities Declaration
S3 Tender Compliance Certificate
S4 No Collusion Certificate
S5 Prompt Payment Certificate
S8 Works Scorecard
S9 List of Proposed Sub-Contractors
S10 Parent Company Guarantee
Consortium Guarantee
QMS certification/policy
EMS certification/policy
Insurance certification
CPU BACS Form
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 5602. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The project will provide a good opportunity to secure local community benefits likely to include skills development and employment for the duration of the contract. As part of the requirement there will be mandated, contractual and added value community benefits requested. Further detail of this will be provided at stage 2 (ITT) of the tender process, there will be a requirement for 4 mandated jobs this is in addition to the contractual community benefits and added value requested.
(SC Ref:666155)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff Court and Justice of the Peace Court
St. James Street
Paisley
PA3 2HW
Telephone
+44 1418875291
Country
United Kingdom
Internet address
http://www.renfrewshire.gov.uk
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 Court of Session.
six.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom