- Scope of the procurement
- Lot 3 - Mechanical & Electrical Engineering Services
- Lot 2 - Quantity Surveying Services
- Lot 1 - Architectural Services (Inc. Conservation, Lead Consultant, Principal Designer)
- Lot 4 - Structural & Civil Engineering Services
- Lot 5 - Building Surveying Services
- Lot 6 – Energy and Sustainability Engineering Services
Section one: Contracting authority
one.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
Contact
David Shields
david.shields@east-ayrshire.gov.uk
Telephone
+44 1563576000
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.east-ayrshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
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
PS-25-06 - Construction Consultancy Professional Services Framework
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Framework Agreement for the Provision of Construction Consultancy Professional Services.
The Framework will be divided into six (6) individual Lots and each Lot shall be evaluated and awarded on an individual basis based upon the award criteria identified below. Tenderers are invited to Tender for one, several or all Lots, however part bids for individual Lots will not be considered.
Description of Lots:
Lot 1 - Architectural Services (Inc. Conservation, Lead Consultant, Principal Designer)
Lot 2 - Quantity Surveying Services
Lot 3 - Mechanical & Electrical Engineering Services
Lot 4 - Structural & Civil Engineering Services
Lot 5 - Building Surveying Services
Lot 6 - Energy & Sustainability Engineering Services
two.1.5) Estimated total value
Value excluding VAT: £1,800,000
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
Lot 3 - Mechanical & Electrical Engineering Services
Lot No
3
two.2.2) Additional CPV code(s)
- 71300000 - Engineering services
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71310000 - Consultative engineering and construction services
- 71320000 - Engineering design services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71334000 - Mechanical and electrical engineering services
- 71333000 - Mechanical engineering services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.2.4) Description of the procurement
The Provision of Mechanical & Electrical Engineering Services
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2No. 1 Year Optional Extensions
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) Description
two.2.1) Title
Lot 2 - Quantity Surveying Services
Lot No
2
two.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
- 71322100 - Quantity surveying services for civil engineering works
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.2.4) Description of the procurement
The Provision of Quantity Surveying Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2No. 1 Year Optional Extensions
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) Description
two.2.1) Title
Lot 1 - Architectural Services (Inc. Conservation, Lead Consultant, Principal Designer)
Lot No
1
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71222000 - Architectural services for outdoor areas
- 71223000 - Architectural services for building extensions
- 71230000 - Organisation of architectural design contests
- 71240000 - Architectural, engineering and planning services
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.2.4) Description of the procurement
The Provision of Architectural Services (Inc. Conservation, Lead Consultant, Principal Designer)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2No. 1 Year Optional Extensions
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) Description
two.2.1) Title
Lot 4 - Structural & Civil Engineering Services
Lot No
4
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71311100 - Civil engineering support services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71312000 - Structural engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.2.4) Description of the procurement
The Provision of Structural & Civil Engineering Services
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2No. 1 Year Optional Extensions
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) Description
two.2.1) Title
Lot 5 - Building Surveying Services
Lot No
5
two.2.2) Additional CPV code(s)
- 71315300 - Building surveying services
- 71250000 - Architectural, engineering and surveying services
- 71251000 - Architectural and building-surveying services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.2.4) Description of the procurement
The Provision of Building Surveying Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2No. 1 Year Optional Extensuions
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) Description
two.2.1) Title
Lot 6 – Energy and Sustainability Engineering Services
Lot No
6
two.2.2) Additional CPV code(s)
- 71314300 - Energy-efficiency consultancy services
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71000000 - Architectural, construction, engineering and inspection services
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71300000 - Engineering services
- 71313000 - Environmental engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.2.4) Description of the procurement
The Provision of Energy and Sustainability Engineering Services
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2No. 1 Year Optional Extensions
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
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
Bidders will require to be on the relevant professional and/or trade body required for the relevant Lot.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Financial Standing
The Council shall commission an independent third party Risk Report from Experian using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Commercial Delphi Score of 25 out of 100 will have their
submission regarded as a “Fail” and will not be considered further. Where a Tenderer receives a Commercial Delphi Score of between 25 - 50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected
Risk or Credit reports from other agencies will not be considered.
It is the Tenderers responsibility to ensure that all information held by Experian is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Experian scores are accurate by the due submission date.
Insurances
It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the insurances indicated below.
Public & Products Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims.
Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims.
Professional Indemnity Insurance = 5 million GBP for 6 years from the date of practical completion of the Works in respect of each claim or series of claims arising out of one event, without limit to the number of claims.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The individuals carrying out the services shall be required to hold the following;
Lot 1 - Membership of the Royal Incorporation of Architects in Scotland (or equivalent).
Lot 2 - Membership of the Royal Institution of Chartered Surveyors (or equivalent).
Lot 3 - Membership of the Institution of Mechanical Engineers and/or the Institute of Electrical Engineers (or equivalent)
Lot 4 - Membership of the Institution of Civil Engineers and/or the Institute of Structural Engineers (or equivalent).
Lot 5 - Chartered Member of the Royal Institution of Chartered Surveyors (or equivalent).
Lot 6 - Membership of the Institution of Mechanical Engineers and/or the Institute of Electrical Engineers (or equivalent).
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
three.2.2) Contract performance conditions
As detailed within the tender documents.
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: 18
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
31 January 2025
Local time
12:00pm
Changed to:
Date
14 February 2025
Local time
12:00pm
See the change notice.
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 January 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 Years
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28215. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
social benefits such as:
- Targeted recruitment and training (providing employment and training opportunities / Apprenticeships)
- SME and social enterprise development
- Community engagement
As part of your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.
(SC Ref:785303)
six.4) Procedures for review
six.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Country
United Kingdom