Professional Property Services Framework Scotland
The Scottish Parliamentary Corporate Body and National Library Scotland require a contractor to provide professional property services.
United Kingdom-Edinburgh: Architectural, construction, engineering and inspection services
2019/S 107-261387
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
United Kingdom
Contact person: Sean Marshall
Telephone: +44 1313486618
E-mail: sean.marshall@parliament.scot
NUTS code: UKM75
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
I.1)Name and addresses
George IV Bridge
Edinburgh
EH1 1EW
United Kingdom
Telephone: +44 1316233700
E-mail: procurement@nls.uk
Fax: +44 1316233701
NUTS code: UKMInternet address(es):Main address: http://www.nls.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11622
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Professional Property Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Scottish Parliamentary Corporate Body (SPCB) and National Library Scotland (NLS) require a contractor to provide professional property services.
II.1.6)Information about lots
II.2.3)Place of performance
The Scottish Parliament Building, Edinburgh.
National Library Scotland Buildings, Edinburgh and Glasgow.
More information on building addresses can be found in the specification on PCS-Tender.
II.2.4)Description of the procurement:
The Scottish Parliamentary Corporate Body (SPCB) is seeking a suitably qualified, experienced, knowledgeable and innovative contractor to provide professional property services to support the SPCB and its collaborative partner, the National Library of Scotland (the Library).
The services required will be over an array of projects of varying values and complexities with often a multidisciplinary approach required. At times there may be several projects operating concurrently.
The scope of services range between core and non-core services. Core services will include:
— project management services,
— architectural services,
— civil and structural engineering services,
— building services,
— cost consultancy,
— health and safety advisory services,
— clerk of works,
— access consultancy,
— acoustic consultancy,
— fire engineer services,
— interior design services,
— landscape architectural services,
— lighting design services.
The non-core services list is non-exhaustive and will be done on a case-by-case basis. More information on the core and non-core split can be found in the Specification within the invitation to tender on PCS-Tender.
With this Framework Agreement the SPCB and NLS does not guarantee any amount of spend and call-offs from the framework.
All personnel involved in any projects will require to complete a security clearance form for which there is no cost to the contractor.
More information can be found on PCS-Tender.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
An optional 12 month extension applies to this framework. Any extensions to this framework are at the sole discretion of the SPCB.
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.1.2)Economic and financial standing
The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of bidders. Bidders are encouraged to review their financial performance on Creditsafe and read information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/
If a bidder does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed.
If a bidder is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out.
Bidders should have a Creditsafe credit rating of 30 or higher to demonstrate satisfactory financial standing. If a bidder has a lower credit rating score and has the backing of a parent company with a credit rating of 30 or higher, then the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the bidder may be rejected.
4B.5a and 4B.5b — it is a requirement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
4B.5a professional indemnity insurance = 5 000 000 GBP;
4B.5b employers (compulsory) liability insurance = 5 000 000 GBP.
Public liability insurance = 2 000 000 GBP
III.1.3)Technical and professional ability
Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience in delivering a range of services as described in Part II.2.4 of the OJEU Contract Notice or the relevant section of the site notice. As a minimum, project management and architectural services must be included within the overall submission.
Failure to provide 2 examples demonstrating relevant experience of delivering a range of services will result in disqualification from the procurement process and the bidder’s submission evaluated no further.
III.2.2)Contract performance conditions:
In order to ensure the highest standards of service quality in this contract the SPCB requires the contractor to take a positive approach to fair work practices as part of the fair and equitable employment and reward package that includes the payment of a living wage to any staff working at the SPCB site.
The contract will be subject to a performance management system with KPI’s, this will be reviewed and reported on monthly.
Business continuity plans will be agreed and in place, reviewed and tested annually.
A community benefits plan will be agreed and in place, reviewed and reported on monthly and annually.
Other performance conditions are documented in the specification which is subject to review prior to issuing tender documentation.
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
May 2023 — New Framework Agreement.
VI.2)Information about electronic workflows
VI.3)Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 13224
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Bidders are required to submit community benefits proposals as part of their submission. More information can be found in Question 4.1 in the tender schedule.
(SC Ref:583672)
VI.4.1)Review body
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
United Kingdom
Telephone: +44 1313486620Internet address: http://www.parliament.scot
VI.5)Date of dispatch of this notice: