United Kingdom-Edinburgh: Architectural and building-surveying services
2018/S 080-179272
Contract notice
Services
Section I: Contracting authority
Silvan House, 231 Corstorphine Road
Edinburgh
EH12 7AT
United Kingdom
Telephone: +44 3000675000
E-mail: MThoamdbbWpdZV1mbCZrW2dsZFlmXDheZ2pda2xqcSZfa2EmX2duJm1j
NUTS code: UKM
Internet address(es):
Main address: http://https://www.forestry.gov.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11322
Section II: Object
FW0046 — Building Surveying Services Scotland
The FC has an ongoing requirement for Building Surveying Services. This includes planned maintenance and project works covering refurbishment, improvements, and new build works. There is also a requirement to undertake feasibility studies, organise and manage reactive works and carry out Health and Safety inspections. The projected annual spend for this requirement is in the region of 100k GBP per annum, spread over approximately 20-30 projects a year. This new framework would cater for project works where the values of the overall project works are up to 500k GBP .
The FC intends to appoint one supplier only to a framework which will consist of one lot covering the whole of Scotland.
The framework will be for an initial period of 2 years, plus 2 x 12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC.
All Scotland.
The FC has an ongoing requirement for Building Surveying Services. This includes planned maintenance and project works covering refurbishment, improvements, and new build works. There is also a requirement to undertake feasibility studies, organise and manage reactive works and carry out Health and Safety inspections. The projected annual spend for this requirement is in the region of 100k GBP per annum, spread over approximately 20-30 projects a year. This new framework would cater for project works where the values of the overall project works are up to 500k GBP .
The FC intends to appoint one supplier only to a framework which will consist of one lot covering the whole of Scotland.
The framework will be for an initial period of 2 years, plus 2x12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC.
Requirements.
Provision of a professional service to survey, undertake feasibility studies, design, specify required works to the forestry commission built estate. This will cover planned maintenance and project works to the various buildings across the estate. Works will include refurbishment, improvements along with some new build to the various offices, operational forest support buildings and public visitor centres and facilities.
The provision of a professional service to organise and supervise reactive works and carry out health and safety inspections is also a requirement of this framework.
The services will be provided by Chartered Building Surveyors, Architects or other professionals with equivalent relevant qualifications. Assistant Building Surveyors (or equivalent) may only be used to support the Chartered Building Surveyor but not to lead or design projects. They will also act as contract administrator, write reports or undertake health and safety inspections. Services may also be required from Quantity Surveyors, and Engineers (Mechanical and Electric, and Structural and Civils).
It will be a requirement of this contract that all staff engaged whether direct employees or sub-contractors are suitably qualified for the specific role they are carrying out. A list of the minimum professional qualifications for each role can be found in the table in section 4.8.
Not all projects will require the services provided within the scope of this framework for the entire duration of the project, and they could end at any stage of an ongoing project as set out in the specification.
The FC reserves the right to end the service at any project stage. This decision will be at the sole decision of the FC.
The services will fall into 4 categories:
A. Projects;
B. Feasibility Studies;
C. Reactive Works;
D. Health and Safety.
For full details bidders should refer to the document pack available in the visible to buyers section within the ITT for this tender on the Public Contracts Scotland Tender electronic tendering system.
The framework will be for an initial period of 2 years plus 2 x 12 month optional extension periods. The uptake of these optional extension.
Periods will be at the sole discretion of the FC.
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
The services will be provided by Chartered Building Surveyors, Architects or other professionals with equivalent relevant qualifications. Assistant Building Surveyors (or equivalent) may only be used to support the Chartered Building Surveyor but not to lead or design projects. They will also act as contract administrator, write reports or undertake health and safety inspections. Services may also be required from Quantity Surveyors, and Engineers (Mechanical and Electric, and Structural and Civils).
It will be a requirement of this contract that all staff engaged whether direct employees or sub-contractors are suitably qualified for the specific role they are carrying out. A list of the minimum professional qualifications for each role can be found in the table in section 4.2 or the ITT Specification.
ESPD 4B.5.1, 4B.5.2, and 4B.5.3:
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:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP.
Public Liability Insurance = not less than 5 000 000 GBP for any one incident and unlimited in total.
Professional Indemnity Insurance = 1 000 000 GBP.
Due to the character limits in the OJEU notice the standard statements for the ESPD selection Criteria (PCST Qualification Envelope) are available in the document "ESPD Statements — Technical and Professional Ability" within the Bidders Attachments area of PCST.
Statements are also visible within the comments box against all relevant ESPD Questions.
Please ensure that the standard statements are read, and that any information inserted is relevant to the information requested in the statement.
Section IV: Procedure
Forest Enterprise Head Office, 1 Highlander Way, Inverness, IV2 7GB.
A Regulated Procurement Officer will open the envelopes on the PCS-T system. The approved evaluation team will only be able to view the technical envelopes once pre- evaluation briefing has taken place.
Section VI: Complementary information
March 2022.
This framework is for an initial period of 2 years with an option for a further 2 x 12 month extension periods.
If any questions within the ESPD subject to pass/fail scoring are scored ‘fail’, then that entire bid shall be rejected and shall take no further part in the competition.
Following evaluation of submissions the bidder successful in being named preferred bidder will be required to submit evidence of minimum requirements as requested in the ESPD within 5 working days of request. Failure to submit documents within 5 days may result in the tender submission being rejected.
The following scoring system will be used for evaluating answers to award criteria questions:
— 0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement,
— 25 Poor Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled,
— 50 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas,
— 75 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled,
— 100 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
Price will be evaluated using the ‘standard differential method’. Each bidder receives 100 % of the available marks less the percentage by which their tender is more expensive than the lowest tender.
All pricing must be exclusive of VAT. Any costs not included will be presumed to be waived.
This tender is not split into lots as;
Relatively low value of requirement: 100k GBP per annum. Lots would not offer best value for money to the FC and could restrict competition.
Bidders may decline due to low value of individual lots.
Actual requirements for each district are unknown.
It is not possible to lot by district as some may require no services over the life of the framework, while others may receive more. The geographical spread of existing buildings is variable. Some areas have few while others have considerably more. Lots could result in the real risk of lots with low requirements receiving little or no interest from bidders.
The FC requires an integrated, consistent approach across FC Scotland’s built estate, which is centrally managed. As FC does not have survey representation in all districts it would be complex and expensive to manage contractors based all over the country.
The Contracting Authority is not including a sub-contract clause in this contract.
The Contracting Authority is not including community benefit requirements in this tender for the following reasons:
This framework is designed to deliver an unknown volume of multiple small value works which is not well placed to facilitate Community Benefits as meant in the regulations, although some local benefits are implied.
Although the value of the Framework has been estimated at 400 000 GBP the FC may modify the Framework, irrespective of the monetary value of those modifications, within the scope permitted as allowed under Regulation 72 (1) of The Public Contracts (Scotland) Regulations 2015, should Operational reasons require it.
Actual requirements can vary due to changes in (for example).
Changes in regulation relating to buildings may create an increase or decrease in the level of maintenance, or refurbishment projects required.
External Funding: Changes to available external funding may result in increases or decreases to planned projects across the Forest Estate.
Planning permission for some Projects may not come to fruition.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9401. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343.
(SC Ref:535638).
Silvan House, 231 Corstorphine Road
Edinburgh
EH12 7AT
United Kingdom
Telephone: +44 3000675000
Internet address:http://https://www.forestry.gov.uk/