Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned 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://in-tendhost.co.uk/universityofstandrews
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:
Estates: Consultant Architect and lead Designer Services for Refurbishment of Younger Hall.
Reference number: EST/xx0317/xx/SL
II.1.2)Main CPV code
71220000
II.1.3)Type of contract
Services
II.1.4)Short description:
Consultant Architect and Lead Designer Services for Refurbishment of the Younger Hall at the University of St Andrews.
II.1.5)Estimated total value
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)
II.2.3)Place of performance
NUTS code: UKM22
Main site or place of performance:
II.2.4)Description of the procurement:
Consultant Architect and Lead Designer Services for the Refurbishment of the Younger Hall at the university of St Andrews.
Overview of the Contract Requirement:
To facilitate the development of the Younger Hall the University of St Andrews require to form a Design Team. This team will be required to work with key users, departments and the University community to progress a refurbishment design that will capture both the University's current aspirations and some future requirements, all to realize the full potential of this key town centre property. The team will also be engaged to deliver the property refurbishment to completion in 2020.
The University wishes to procure the services of a consultant Architect and Lead Designer to join the Design Team.
It is the University's intention to enter into a Professional Services Contract for the project.
The Consultant Architect and Lead Designer shall be expected to provide advice and solutions on a diverse range of building usage incorporated into a project design fully coordinated with all other design disciplines.
The Project and Design Team shall comprise the following disciplines Inter alia:
— Project Manager
— Architect (Lead Designer)
— Civil/Structural Engineer
— Mechanical/Electrical Engineer
— Building Surveyor
— Fire Engineer
— Acoustician
— Stage Engineer and Venue Consultant
— Quantity Surveyor
— Principal Designer
The estimated construction cost of the project (Excluding VAT and Fees)is 7 500 000 GBP
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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
All tenders for the University of St Andrews are administered through our e-Tendering System (In-Tend). To Express an Interest please go to our tender web-site at https://in-tendhost.co.uk/universityofstandrews
Please note that ‘Notes of Interest’ placed via PCS (Public Contracts Scotland) are not automatically accepted.
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:
Please refer to this section when completing the relevant section of the ESPD (Scotland).
If required by the member state, bidders are required to be enrolled I the relevant professional or trade registers within the country in which they are established.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Please refer to these statements when completing section 4B of the ESPD (Scotland).
Statement for 4B.1:
Bidders will be required to have provide the annual turnover for the past 3 financial years.
It is a requirement of this contract that bidders can hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below.
Employers (Compulsory) Liability Insurance = 2 000 000 GBP
Public Liability Insurance = 2 000 000 GBP
Professional Indemnity Insurance = 2 000 000 GBP
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Scored ESPD Selection Question Weighting:
4C.1
4C.2
4C.3
4C.4
Please refer to these statements when completing section 4C of the ESPD (Scotland).
(INSERT DESCRIPTIONS FROM ESPD).
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
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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
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: no
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: 08/05/2017
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: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 10/05/2017
Local time: 12:00
Place:
Procurement — University of St Andrews.
Information about authorised persons and opening procedure:
Appointed Procurement Staff.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews.
If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2012 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.
Anyone bringing court proceedings against the University of St Andrews must inform the University of St Andrews in advance of the alleged breach and its intention to bring proceedings. Any such action must be brought within 15 days of the date on which a decision is sent to them or published to challenge that decision.
Proceedings seeking an ineffectiveness order must be brought within 30 days of the publication of the contract award notice in the OJEU, or 30 days from the date of a decision letter to all tenderers concerned, and any candidates concerned, containing a summary of the reason for the recipient being unsuccessful, otherwise 6 months from the date of entering into the contract or concluding the framework agreement.
Where a contract has not been entered into the Court may, by interim order, suspend the procurement procedure. The court may also set aside a decision or actions taken by the University or order it to amend and document; and/or award damages. However, by express requirement the court may decide not to grant an interim order when the negative consequences of such an order are likely to outweigh the benefits, having regard to a number of considerations.
If the contract has been entered into the Court may, depending on the nature of the breach: make an ineffectiveness order; impose a financial penalty; shorten the duration of the contract; make any other order considered appropriate to address the consequences of ineffectiveness or shortening the duration or the contract; award damages.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
04/04/2017