Construction Consultancy Framework Agreement
External Service Providers will be expected to work as an outsourced extension to the Estates Services team and in a partnering ethos with Contractors and project stakeholders.
United Kingdom-Glasgow: Construction consultancy services
2016/S 154-278639
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
181 St James Road, Estates Management
Glasgow
G4 0NT
United Kingdom
Telephone: +44 1415504400
E-mail: allan.ferguson@strath.ac.uk
NUTS code: UKM34
Internet address(es):Main address: http://www.strath.ac.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Construction Consultancy Framework Agreement.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University seek to award a Framework Agreement to consultants by ‘Lot’, who can demonstrate the experience, technical ability and reliability coupled with cost-effective pricing to allow the provision of integrated project teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the Estates Services team and in a partnering ethos with Contractors and project stakeholders. Project team member appointments will be on an individual basis to the University and an integrated design team will be formed for each project. The anticipated total ‘net construction value’ of the projects that will be delivered by the Framework over the full 4 year period is 70 GBP-100 000 000. This figure is estimated based upon anticipated projects with a high degree of probability and an estimate of additional projects that are likely to arise during the term of the framework based upon historical activity.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Architectural Services (a)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking to establish Integrated Project Teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the estates management team and in partnering ethos with contractors. The focus on this lot is to identify small to medium enterprises capable of delivering low value projects within the scope of works. It is envisaged that construction contract values will range between 0 GBP and 450 000.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 12-month to extend. Award based on 2x1x1 years. Option to renew/extend subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Architectural Services (b)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking to establish Integrated Project Teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the estates management team and in partnering ethos with contractors. The focus on this lot is to identify large enterprises interested in delivering high value projects within the scope of works. It is envisaged that construction contract values will be > 450 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 12-months to extend. Award based on 2x1x1 years. Option to renew/extend subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Building Services Engineers (a)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking to establish Integrated Project Teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the estates management team and in partnering ethos with contractors. The focus on this lot is to identify small to medium enterprises capable of delivering low value projects within the scope of works. It is envisaged that construction contract values will range between 0 GBP and 450 000.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 12-month months to extend. Award based on 2x1x1 years. Option to renew/extend subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Building Services Engineers (b)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking to establish Integrated Project Teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the estates management team and in partnering ethos with contractors. The focus on this lot is to identify large enterprises interested in delivering high value projects within the scope of works. It is envisaged that construction contract values will be > 450 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 12-months to extend. Award based on 2x1x1 years. Option to renew/extend subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Building Surveying Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking to establish Integrated Project Teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the estates management team and in partnering ethos with contractors.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 12-months to extend. Award based on 2x1x1 years. Option to renew/extend subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Civil and Structural Engineers (a)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking to establish Integrated Project Teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the estates management team and in partnering ethos with contractors. The focus on this lot is to identify small to medium enterprises capable of delivering low value projects within the scope of works. It is envisaged that construction contract values will range between 0 GBP and 450 000.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 12-months to extend. Award based on 2x1x1 years. Option to renew/extend subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Civil and Structural Engineers (b)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking to establish Integrated Project Teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the estates management team and in partnering ethos with contractors. The focus on this lot is to identify large enterprises interested in delivering high value projects within the scope of works. It is envisaged that construction contract values will be > 450 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 12-months to extend. Award based on 2x1x1 years. Option to renew/extend subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cost Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking to establish Integrated Project Teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the estates management team and in partnering ethos with contractors.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 12-months to extend. Award based on 2x1x1 years. Option to renew/extend subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
Provided in tender documentation.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Project Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking to establish Integrated Project Teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the estates management team and in partnering ethos with contractors.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 12-months to extend. Award based on 2x1x1 years. Option to renew/extend subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
Provided in tender documentation.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Interior Designer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking to establish Integrated Project Teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the estates management team and in partnering ethos with contractors.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 12-months to extend. Award based on 2x1x1 years. Option to renew/extend subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Photographic Record of Construction Documentation
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking to establish Integrated Project Teams to deliver streams of investment within the University. External Service Providers will be expected to work as an outsourced extension to the estates management team and in partnering ethos with contractors.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 12-months to extend. Award based on 2x1x1 years. Option to renew/extend subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
ESPD questions 4A.1-4A.2.3 refer. It is a mandatory requirement that at least 2 members of your staff (not sub-contractors) are registered with their relevant professional body (i.e. ARB for Architects, RICS for Surveyors, etc.). Please confirm that you meet this requirement confirming the members of staff and what organisation they are registered with (Pass/Fail).
III.1.2)Economic and financial standing
Further to ESPD questions 4B1.1-4B6.1. It is a requirement that supplier minimum turnover should be:
Lot 1 250 000 GBP;
Lot 2 1 000 000 GBP
Lot 3 250 000 GBP
Lot 4 1 000 000 GBP
Lot 5 1 000 000 GBP
Lot 6 250 000 GBP
Lot 7 1 000 000 GBP
Lot 8 1 000 000 GBP
Lot 9 1 000 000 GBP
Lot 10 250 000 GBP
Lot 11 100 000 GBP.
(PASS/FAIL).
III.1.3)Technical and professional ability
Technical Questionnaire: 2.1. Selection Criteria: Technical and Professional ability: Services — Section Weight = 35 %.
Question 4C.1.2. Please download and complete the attachment. Responses preferably must demonstrate Higher Education and NEC 3 experience in respect of each and every Lot against which you wish to be considered, please provide at least 3 existing or recent relevant examples of contracts, where your organisation has delivered a comprehensive service for a customer within the Higher Education (HE) environment. For lots 1-9 this must demonstrate utilising an NEC3 Construction Contract identifying which Option was used in the contract. Such service examples should be appropriate / matched to the Lot you are bidding for both in terms of service delivered and in complexity of projects. Where a bidder is unable to provide HE examples, they may submit examples of similar complex projects for similar types of organisations such as the NHS, BAA, etc. however they may not be scored as high as HE examples. The University shall review and score examples based upon similarity of projects recently completed and likely to be undertaken for the University, and considering a number of project specific criteria including the complexity, the scale, the scope and project value. Please state the name of the customer, type of organisation, the service provided under the contract, the project scope, size, net construction value and the size, scope, duration and approximate value of each contract. (Allow no more than 3 sides of A4 per example referenced).
Question 4.C.3. Selection Criteria: Technical and Professional Ability: Technical — Section Weight = 20 %.
Questions 4.C.6-4.C.6.1. Selection Criteria: Technical and Professional ability: Qualifications — Section Weight = 12.5 %.
Question 4C.7. Selection Criteria: Technical and Professional ability: Environmental Management — Section Weight = 7.5 %
Question 4C.8.1-4C.8.2. Selection Criteria: Technical and Professional ability: Manpower — Section Weight = 5 %.
Question 4C.9. Selection Criteria: Technical and Professional ability: Equipment — Section Weight = 10 %.
Question 4C.10. Selection Criteria: Technical and Professional ability: Subcontracting — Section Weight = 5 %.
Question 4C.11. Selection Criteria: Technical and Professional ability: Products — Section Weight = 5 %.
III.2.1)Information about a particular profession
ESPD questions 4A.1-4A.2.3 refer. It is a mandatory requirement that at least 2 members of your staff (not sub-contractors) are registered with their relevant professional body (i.e. ARB for Architects, RICS for Surveyors, etc.). Please confirm that you meet this requirement confirming the members of staff and what organisation they are registered with (Pass/Fail).
III.2.2)Contract performance conditions:
It is anticipated that the Proposed Form of Contract is: Lots 2, 4, 5, 7, 8, 9.
NEC3 Professional Services Contract dated April 2013.
Lots 1, 3, 6, 10, 11.
NEC3 Professional Services Short Contract dated April 2013.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
May 2020.
VI.3)Additional information:
IV.1.3) of Contract Notice — Maximum number of suppliers on framework is envisaged to be 28 however client reserves the right to change this based on tender stage results.
ESPD Question 4B.5.1 — Insurance requirements are:
During the term of the Contract and for a period of 5 years thereafter, the Supplier shall effect and maintain in force, with a reputable insurance company, a policy or policies of insurance covering all matters which are the subject of indemnities under the Contract including Product Liability insurance to a minimum of the value of the Contract, Public Liability insurance to a minimum sum of 5 000 000 GBP and Employers’ Liability insurance to a minimum sum of 5 000 000 GBP, in each case in respect of any 1 incident and unlimited as to the number of incidents unless otherwise agreed by the Client in writing. Where the Contract relates to Professional Services, the Supplier shall maintain in force with reputable insurers Professional Liability insurance in the sum of not less than:
Lot 1 2 000 000 GBP;
Lot 2 10 000 000 GBP;
Lot 3 2 000 000 GBP;
Lot 4 10 000 000 GBP;
Lot 5 10 000 000 GBP;
Lot 6 2 000 000 GBP;
Lot 7 10 000 000 GBP;
Lot 8 10 000 000 GBP;
Lot 9 10 000 000 GBP;
Lot 10 2 000 000 GBP;
Lot 11 1 000 000 GBP.
In respect of any 1 incident and unlimited as to numbers of claims. The Client reserves the right to require adjustments to such insurance cover if they consider that to be necessary.
PCST Code: Project_6304.
ESPD 4B.1.1 Last 2 financial years;
ESPD 4B.1.2 Last 2 financial years;
ESPD 4B.2.1 Last 2 financial years for relevant business area;
ESPD 4B.2.2 Last 2 financial years for relevant business area;
ESPD 4B.4 Acid, current and cash ratios;
ESPD 4D.1 Quality Assurance Schemes — ISO9001 certification or equivalent.
Please note that all the sections (both marked as mandatory and optional) must be answered in full.
Please note Appendices A and B to be completed and returned via PCST.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6304. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Under this procurement suppliers will be required to engage with the local community to support the authority’s economic and social regeneration objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The university will embed community benefits options such as the opportunity for apprentices, work placements and undergraduate/graduate internship programmes with those bidding for the services through the framework.
(SC Ref:450069).
VI.4.1)Review body
181 St James Road, Estates Management
Glasgow
G4 0NT
United Kingdom
Telephone: +44 1415504400Internet address:http://www.strath.ac.uk/
VI.5)Date of dispatch of this notice: