Tender

PGSCC - Multi-Disciplinary Design Team

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2021/S 000-022181

Procurement identifier (OCID): ocds-h6vhtk-02d1e2

Published 7 September 2021, 4:34pm



The closing date and time has been changed to:

15 October 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Laura Gillan

Email

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