Mackintosh Restoration Project – Architectural Design Team Services
In May 2014 fire badly damaged a number of historically significant spaces in the West (1907-1909) wing of The Glasgow
School of Art’s world-renowned Mackintosh Building and significantly affected the surrounding fabric of the building.
The GSA is seeking to appoint a suitably skilled and experienced Architect-led, multi-disciplinary Design Team.
United Kingdom-Glasgow: Architectural and related services
2014/S 197-348288
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Glasgow School of Art
164 Renfrew Street
Contact point(s): Procurement
For the attention of: Michael McLaughlin
G3 6RQ Glasgow
UNITED KINGDOM
Telephone: +44 1413534500
Internet address(es):
General address of the contracting authority: http://www.gsa.ac.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00197
Electronic access to information: Yes
Electronic submission of tenders and requests to participate: Yes
Further information can be obtained from: Glasgow School of Art
167 Renfrew Street
Contact point(s): Procurement
For the attention of: Michael McLaughlin
G3 6RQ Glasgow
UNITED KINGDOM
Telephone: +44 1413534500
Internet address: http://www.gsa.ac.uk/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Glasgow School of Art
164 Renfrew Street
G3 6RQ Glasgow
UNITED KINGDOM
Telephone: +44 1413534500
Internet address: http://www.gsa.ac.uk/
Tenders or requests to participate must be sent to: Glasgow School of Art
164 Renfrew Street
G3 6RQ Glasgow
UNITED KINGDOM
Telephone: +44 1413534500
Internet address: http://www.gsa.ac.uk/
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Glasgow.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
School of Art’s world-renowned Mackintosh Building and significantly affected the surrounding fabric of the building.
The GSA is seeking to appoint a suitably skilled and experienced Architect-led, multi-disciplinary Design Team.
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=322826
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://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.
II.1.6)Common procurement vocabulary (CPV)
71200000, 71210000, 71221000, 71251000, 71312000, 71311000, 71315210, 71317100, 71300000, 71313000, 71320000, 71321000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The appointment will be made under a single contract arrangement with all other services being employed through a sub-consultancy arrangement to the Lead Architect.
The Design team, as a minimum, should consist of an architect, a structural engineer and a mechanical and engineering consultant.
Full details of the Requirement will be provided to the successful candidates who are invited to tender.
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
— Questions relating to Criminal Convictions and Business Probity (mandatory exclusions);
— Questions relating to Criminal Convictions and Business Probity (discretionary exclusions);
— Conflict of Interest;
— Equal Opportunities;
— Health and Safety Legislation.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Minimum level(s) of standards possibly required: Please provide as an annex one of the following:
a. A copy of your audited accounts or equivalent for the most recent two years, along with details of any significant changes since the last year end, or;
b. A statement of your organisation’s turnover; profit and cash flow for the most recent full year of trading or where a full year of trading has not been completed the same information for the period applicable. Note if this information is not available in an audited format please provide an end of period balance sheet or make the response specified below, or;
c. If you are unable to provide the information requested above, please provide additional information and documentation that will give the GSA the assurance that you are capable of carrying out any subsequent awarded contract. For example, a statement of your organisation’s cash flow forecast for the current year and a letter from your bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.
It is a requirement of this contract that bidders hold the levels of insurance indicated below:
— Employer’s (Compulsory) Liability Insurance = 10M GBP;
— Public Liability Insurance = 10M GBP;
— Professional Indemnity Insurance = 10M GBP.
III.2.3)Technical capacity
Full details to be provided within the PQQ document.
Minimum level(s) of standards possibly required:
— Candidates must comply with duties under the Equality Act 2010;
— Candidates must comply with Health and Safety Legislation;
— Candidates must be able to manage any conflict of interest.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: GSA will assess:
— whether the supplier should or may be rejected for the reasons listed in Regulation 23 (including fraud, bribery, and insolvency) of the Public Contracts (Scotland) Regulations 2012;
— the economic and financial standing of the bidder, and;
— the technical and professional ability of the bidder, to include core functions, case studies, experience, design team leader capabilities, capacity, trade membership and accreditations, design team structure, quality management and environmental policy.
Full details are provided within the PQQ documents.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 149-268051 of 6.8.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
PQQs will be issued and should be returned via www.publiccontractsscotland.gov.uk
Candidates may provide additional information relevant to the questions asked in MS Word format with the question number clearly marked.
Candidates should submit evidence of insurance and accounts in PDF format.
Candidates may submit visuals in PDF format to support their answers to questions in the PQQ. These must be clearly marked against the relevant questions and should not contain generic information or brochures about the Candidate.
(SC Ref:322826).
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: