loading
  • GB-EH9 3JG Edinburgh
  • 17.07.2017
  • Ausschreibung
  • (ID 2-267568)

The Provision of Architectural Services to SRUC


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 17.07.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Objektplanung Gebäude / Objektplanung Freianlagen / Objektplanung Innenräume / sonstige
    Sprache Englisch
    Aufgabe
    With the quantity of estates capital projects expected to increase within the next few years, SRUC has considered the best approach to resourcing projects. The preferred approach is to adopt the traditional direct architect's appointment, where an architect is directly appointed at project inception to lead the briefing process with client and stakeholder groups (perhaps the most important factor to a projects success), design development, and delivery of the project.
    Leistungsumfang
    With the quantity of estates capital projects expected to increase within the next few years, SRUC has considered the best approach to resourcing projects. The preferred approach is to adopt the traditional direct architect's appointment, where an architect is directly appointed at project inception to lead the briefing process with client and stakeholder groups (perhaps the most important factor to a projects success), design development, and delivery of the project.
    They will lead the design team through all 8 stages of the RIBA plan of work to help complete the project effectively and efficiently, explore ways in which to optimise our built assets and deliver greater value for money. We seek to identify 4-6 architectural practices to join an architect's framework, working in partnership with SRUC.
    Adresse des Bauherren UK-EH9 3JG Edinburgh
    TED Dokumenten-Nr. 215277-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Edinburgh: Architectural and related services

      2017/S 107-215277

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      SRUC
      Kings Buildings, West Mains Road
      Edinburgh
      EH9 3JG
      United Kingdom
      Contact person: William Connelly
      Telephone: +44 01315354384
      E-mail: 
      MTF2aGtraGBsLWJubW1ka2t4P3JxdGItYGItdGo=
      Fax: +44 01315354314
      NUTS code: UKM25

      Internet address(es):

      Main address: http://www.sruc.ac.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00021

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://www.publiccontractsscotland.gov.uk
      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: http://www.publiccontractsscotland.gov.uk
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Education

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      The Provision of Architectural Services to SRUC.

       

      Reference number: 10500/BC/2017
      II.1.2)Main CPV code
      71200000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      With the quantity of estates capital projects expected to increase within the next few years, SRUC has considered the best approach to resourcing projects. The preferred approach is to adopt the traditional direct architect's appointment, where an architect is directly appointed at project inception to lead the briefing process with client and stakeholder groups (perhaps the most important factor to a projects success), design development, and delivery of the project.

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71200000
      71210000
      71220000
      71221000
      71222000
      71223000
      71240000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      SRUC Kings Buildings Edinburgh EH9 3JG.

       

      II.2.4)Description of the procurement:

       

      With the quantity of estates capital projects expected to increase within the next few years, SRUC has considered the best approach to resourcing projects. The preferred approach is to adopt the traditional direct architect's appointment, where an architect is directly appointed at project inception to lead the briefing process with client and stakeholder groups (perhaps the most important factor to a projects success), design development, and delivery of the project.

      They will lead the design team through all 8 stages of the RIBA plan of work to help complete the project effectively and efficiently, explore ways in which to optimise our built assets and deliver greater value for money. We seek to identify 4-6 architectural practices to join an architect's framework, working in partnership with SRUC.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Presentation and clarity of submission / Weighting: 5
      Quality criterion - Name: Developing the essential relationship / Weighting: 30
      Quality criterion - Name: Delivering technical talent / Weighting: 30
      Quality criterion - Name: Learning and improving / Weighting: 10
      Quality criterion - Name: Resourcing / Weighting: 15
      Price - Weighting: 10
      II.2.6)Estimated value
      Value excluding VAT: 1 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      The statement for an OJEU notice:

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      (ESPD 4A.1 & 4 A.2 refers) Bidders must confirm if they are ARB and RIAS/RIBA or equivalent Registered Architects. This is a requirement of this contract.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      (ESPD 4B.1.2 refers) Bidders will be required to have an average yearly turnover of a minimum of 2 000 000 GBP for the last 3 years.

      (ESPD 4B.3 refers) Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

      (ESPD 4B.4 refers)Bidders will be required to state the value(s) for the following financial ratio(s):

      Current, Debtors and Creditors ratio.

      The ratios will be calculated as follows:

      Current = Current Assets / Current Liabilities.

      Debtors Days = (Debtors/Sales) x 365.

      Creditor Days = (Creditors/Purchases) x 365.

      (ESPD 4B.5.1 refers) It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below.

       

      Minimum level(s) of standards possibly required:

       

      (ESPD 4B.4 refers) The acceptable range for each financial ratio is:

      Current Ratio: >1.5.

      Debtors Days Ratio: <45 days.

      Creditors Days Ratio: <45 days.

      Where the Bidder fails to achieve the stated minimum standards, they will be subject to further checks, which may include assessment of accounts or use of a body such as Creditsafe.

      (ESPD 4B.5.1refers)Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.

      Public Liability Insurance = 5 000 000 GBP.

      Professional Indemnity Insurance = 3 000 000 GBP.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      (ESPD 4C.1.2 refers) Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Invitation to Tender document. Examples provided shall be used for reference only and will not be subject to scoring as part of the tender evaluation.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.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: 6
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 17/07/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 4 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 19/07/2017
      Local time: 12:00
      Place:

       

      Kings Buildings Edinburgh.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      SRUC will retender 2021.

       

      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      Bidders should note that Group, Consortium, or similar bids will be excluded.

      Bidders should note that submissions which include Sub-Contractors will be excluded.

      (ESPD 4D.1 refers)Quality Management Procedures — The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

      OR

      A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level.

      The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

      Note — Organisations with fewer than five employees are not required by law to record risk assessments.

      (ESPD 4D.2 refers) Health and Safety Procedures — The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

      OR,

      A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.

      Note — Organisations with fewer than five employees are not required by law to have a documented policy statement.

      ***Bidders are required to complete the ESPD as well as the ITT.

      The evaluation criteria will include emphasis on Quality and Technical capability as well as Price with respective Quality and Price weighting ratios' at 90 %/10 %. The aim of the evaluation is to select the tender(s) which represent(s) the most economically advantageous tender. The Technical Analysis will ensure that Tenderers have met the minimum criteria set down in the Specification and Tender Schedules.

      *Pricing: The following scoring system will be used to evaluate tender responses in relation to cost (ITT Schedule 4):

      *From all tenders received the lowest sustainable cost will be awarded the maximum score and all other tenders will be ranked against this cost.

      *Evaluation of tenders received will be carried out by a member of SRUC Properties and Estate Group and Procurement Management team under the direction of SRUC's Finance Director.

      *The pricing element carries a 10 % weighting.

      *Tenderers should note the maximum word count for each section, if indicated.

      *The Specification is detailed in the Schedule 2 of the ITT.

      *Please note that 4 to 6 Suppliers' will be selected to provide this service.

      *It should be noted that SRUC reserves the right to vary the selected numbers.

      Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=498041

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

      Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      (SC Ref:498041)

      Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=498041

       

      VI.4)Procedures for review
      VI.4.1)Review body
      SRUC
      Kings Buildings, West Mains Road
      Edinburgh
      EH9 3JG
      United Kingdom
      Telephone: +44 01315354384
      E-mail: 
      MjEwbV9iYl9XYyRZZWRkW2JibzZpaGtZJFdZJGth
      Fax: +44 01315354314

      Internet address:http://www.sruc.ac.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      02/06/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 07.06.2017
Zuletzt aktualisiert 07.06.2017
Wettbewerbs-ID 2-267568 Status Kostenpflichtig
Seitenaufrufe 50