loading
  • GB-EH1 1HT Edinburgh
  • 22.08.2017
  • Ausschreibung
  • (ID 2-272376)

Design Team for Main Library Redevelopment.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 22.08.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 6 - max. 6
    Gebäudetyp Bibliotheken, Mediatheken
    Art der Leistung Objektplanung Gebäude / allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    The University of Edinburgh wishes to appoint a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square. The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces.
    Leistungsumfang
    The University of Edinburgh wishes to appoint a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square.
    The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces.
    The Estates Vision 2017-27 sets out a strategy to enhance the Student Experience via investment in the University Estate. The objectives are to create a superlative estate for teaching learning and the student experience. The Main Library project is detailed within the Estates Vision as a key project which will help the objectives to be realised.
    The project aims to create an additional 2000 study and learning spaces, improve access to research collections and create spaces for digital scholarship programmes along with making new maker spaces. The project will involve a series of new build extensions and internal reconfigurations whilst the library is kept operational. The ambition of the project is to ensure that students and staff work and interact in an optimal facility.
    Work is anticipated to start on site from summer 2019 to summer 2022 and will be delivered on a phased basis in a live environment.
    Scope of Appointment
    The University wishes to appoint a single design team for the full scope of work as per the details listed above to ensure consistency from brief to completion.
    The Design Team should consist of Architecture Consultants, Mechanical and Electrical Engineer and Civil and Structural Engineer (incl. services.). The Lead Consultant will be the Architectural Consultants who will be required to have the necessary size and experience for this type of project.
    The design team appointment will be via the University's Design Team appointment documentation.
    Objective Criteria for Shortlisting — ESPD Section 4C scoring methodology:
    0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
    1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
    2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
    3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
    4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
    This project will not be divided into lots as the University wishes to appoint a single design team service.
    We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III and VI of this OJEU Notice.
    Adresse des Bauherren UK-EH1 1HT Edinburgh
    TED Dokumenten-Nr. 281270-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Edinburgh: Architectural design services

      2017/S 137-281270

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      University Of Edinburgh
      Charles Stewart House, 9-16 Chambers Street
      Edinburgh
      EH1 1HT
      United Kingdom
      Telephone: +44 1316509368
      E-mail: MTdeZWJzWltebWEnZV5baGxtOV5dJ1pcJ25k
      NUTS code: UKM25

      Internet address(es):

      Main address: http://www.ed.ac.uk/schools-departments/procurement/supplying

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
      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:

       

      Design Team for Main Library Redevelopment.

       

      Reference number: EC0783
      II.1.2)Main CPV code
      71220000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The University of Edinburgh wishes to appoint a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square. The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces.

       

      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)
      71220000
      79415200
      II.2.3)Place of performance
      NUTS code: UKM25
      II.2.4)Description of the procurement:

       

      The University of Edinburgh wishes to appoint a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square.

      The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces.

      The Estates Vision 2017-27 sets out a strategy to enhance the Student Experience via investment in the University Estate. The objectives are to create a superlative estate for teaching learning and the student experience. The Main Library project is detailed within the Estates Vision as a key project which will help the objectives to be realised.

      The project aims to create an additional 2000 study and learning spaces, improve access to research collections and create spaces for digital scholarship programmes along with making new maker spaces. The project will involve a series of new build extensions and internal reconfigurations whilst the library is kept operational. The ambition of the project is to ensure that students and staff work and interact in an optimal facility.

      Work is anticipated to start on site from summer 2019 to summer 2022 and will be delivered on a phased basis in a live environment.

      Scope of Appointment

      The University wishes to appoint a single design team for the full scope of work as per the details listed above to ensure consistency from brief to completion.

      The Design Team should consist of Architecture Consultants, Mechanical and Electrical Engineer and Civil and Structural Engineer (incl. services.). The Lead Consultant will be the Architectural Consultants who will be required to have the necessary size and experience for this type of project.

      The design team appointment will be via the University's Design Team appointment documentation.

      Objective Criteria for Shortlisting — ESPD Section 4C scoring methodology:

      0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.

      1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.

      2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.

      3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

      4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

      This project will not be divided into lots as the University wishes to appoint a single design team service.

      We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III and VI of this OJEU Notice.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 60
      Price - Weighting: 40
      II.2.6)Estimated value
      Value excluding VAT: 2 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      As per the information detailed within the contract advert notice plus our ESPD documentation.

       

      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

       

      Economic operators may be excluded from this competition if there are 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:

       

      Statement for ESPD 4A.2

      Where it is required within a bidder's country of establishment they must confirm which authorisation or membership of the relevant organisation(s) are required in order to perform this service.

      The overall design team will consist of numerous parties and each party will be required to have the relevant professional or trade register or membership which is applicable to their trade.

      We have listed the numerous parties within Section 1 item 1.3 of the ESPD Guidance Document and this information can be viewed via the PCS-T visible to supplier's portal area.

       

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

       

      ESPD Statement 4.B.1.1 General turnover we require 2,000,000 GBP per annum

      ESPD Statement 4.B.5.1 Employers Liability Insurance 10 million GBP

      ESPD Statement 4.B.5.1 Public Liability Insurance 10 million GBP

      ESPD Statement 4.B.5.1 Professional Indemnity Insurance 5 million GBP.

       

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

       

      ESPD 4C.1.2 1st Statement

      Bidders will be required to provide three examples of relevant Design Team Leader services carried out during the past three years (where your organisation was the Lead Architect) that demonstrate that they have the relevant experience to deliver the services as described in the relevant section of the Contract Notice, which are over 15 000 000 GBP in value. The projects undertaken must be by the Lead Architects organisation (not the personnel).

      Bidders examples should include the following:

      — Description of the project and its accommodation

      — Description of phased delivery

      — Description on working in a live environment

      — Final construction value

      — Location (incl. whether city centre or green field)

      — Name of project Architect

      — Name & address of the client contact to provide the University with a reference

      — Coloured images of the interior & exterior

      — Contract type

      — Practical completion date

      — Any awards the project has achieved.

      — How technical facilities and measures for maintaining design and construction quality were deployed on the project.

      Your examples must be from within the last 3 years.

      They do not need to be fully complete but if they are not finished must be no less than one year from practical completion.

      Responses to be a maximum of 2 A4 pages of text excluding images per project example. weighting 20 % per example.

      ESPD 4C.1.2 2nd Statement

      Bidders will be required to provide information for two relevant construction projects that your Mechanical and Electrical Engineer has carried out during the last three years which demonstrate your Mechanical and Electrical Engineer have the relevant experience to deliver the services as described in the relevant section of the Contract Notice, which are over 15 000 000 GBP in value.

      Bidders examples should include the following:

      — Description of the project and its accommodation

      — Description of phased delivery

      — Description on working in a live environment

      — Final construction value

      — Location (incl. whether city centre or green field)

      — Name of project Architect

      — Name & address of the client contact to provide the University with a reference

      — Coloured images of the interior & exterior

      — Contract type

      — Practical completion date

      — Any awards the project has achieved.

      — How technical facilities and measures for maintaining design and construction quality were deployed on the project.

      Responses to be a maximum of 2 A4 pages of text excluding images per project example. Weighting 12.5 % per example

      ESPD 4C.1.2 3rd Statement

      Bidders will be required to provide information for one relevant construction project that your Civil and Structural Engineer has carried out during the last three years which demonstrate your Civil and Structural Engineer have the relevant experience to deliver the services as described in the relevant section of the Contract Notice, which are over 15 000 000 GBP in value.

      Bidders examples should include the following:

      — Description of the project and its accommodation

      — Description of phased delivery

      — Description on working in a live environment

      — Final construction value

      — Location (incl. whether city centre or green field)

      — Name of project Architect

      — Name & address of the client contact to provide the University with a reference

      — Coloured images of the interior & exterior

      — Contract type

      — Practical completion date

      — Any awards the project has achieved.

      — How technical facilities and measures for maintaining design and construction quality were deployed on the project.

      Responses to be a maximum of 2 A4 pages of text excluding images per project example.

      NOTE: For all 4C.1.2 response examples, please also include the name of each Customer Organisation along with their contact details i.e. Name, Telephone Number, email address. If you are unable to provide any examples for any 4C.1.2 statement please explain why you cannot.

      Weighting 15 %.

       

      Minimum level(s) of standards possibly required:

       

      ESPD 4D.1 1st Statement

      Quality Management and Health and Safety 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),

      ESPD 4D.1 2nd Statement

      Quality Management and 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.

      ESPD 4D1.1 1st Statement

      Quality Management. If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following:

      A documented policy and procedures 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, and 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.

      ESPD 4D1.1 2nd Statement

      Health and Safety Procedures

      If the bidder does not hold 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 then the bidder have the following:

      A regularly reviewed and documented policy and procedures 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.

       

      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:

       

      As detailed within our ESPD and or ITT documentation.

       

      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
      Restricted 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: 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: 22/08/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 28/09/2017
      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: 9 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      The University will be requesting evidence from bidders, details of the Fair Work Practices they have in place. Detailed information will be contained within our Invitation to Tender (ITT) documentation.

      ESPD 4A.2 Statement

      The lead architect must be ARB registered.

      The overall design team will consist of numerous parties and each party will be required to have the relevant professional or trade register or membership which is applicable to their trade.Within Section 1 item 1.3 of the ESPD we have listed the numerous parties.

      Evaluation

      We will apply a two stage process:

      Stage 1 — Pre-Qualification via the submission of the completed ESPD (Scotland).

      — Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within Section III 1.1 & 1.2 and Section VI (VI.3) of the Contract Notice.

      — Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within Section III 1.3 of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within Section 3 below. We will take the six highest scoring bidders through to the ITT stage and they will be invited to submit a tender.

      Stage 2 — Invitation to Tender (ITT)

      The University will evaluate all shortlisted bidders/tenderers ITT submissions via undertaking a Quality/Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score.

      Technical (Quality) Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. eg in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 20 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 20 percent therefore your score would be 10 percent. Cost — the bidder who submits the lowest cost will be awarded the maximum score 80 percent and the others awarded a score pro rata, in relation to the lowest bid.

      Summary

      The quality and commercial score will be combined to give each bidder/tenderer an overall total score

      The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 8708. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      (SC Ref:504696).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      University Of Edinburgh
      Charles Stewart House, 9-16 Chambers Street
      Edinburgh
      EH1 1HT
      United Kingdom
      Telephone: +44 1316502508

      Internet address:http://www.ed.ac.uk/schools-departments/procurement/supplying

      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:
      19/07/2017
    © 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 20.07.2017
Zuletzt aktualisiert 20.07.2017
Wettbewerbs-ID 2-272376 Status Kostenpflichtig
Seitenaufrufe 70