Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 9th Nov 2023
Reference | ocds-h6vhtk-041724 |
Common Procurement Vocabulary | Architectural and related services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 9th Nov 2023
Reference | ocds-h6vhtk-041724 |
Common Procurement Vocabulary | Architectural and related services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
The Scottish Parliament Corporate Body
Holyrood Road
Edinburgh
EH99 1SP
Contact
Elizabeth Lebost
elizabeth.lebost [at] Parliament.scot
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Other type
Legislative Body
I.5) Main activity
Other activity
Devolved Parliament
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Professional Property Services
Reference number
NIC-SER-498
II.1.2) Main CPV code
- 71200000 - Architectural and related services
II.1.3) Type of contract
Services
II.1.4) Short description
The Scottish Parliament Corporate Body (SPCB) is seeking a suitably qualified, experienced, knowledgeable and innovative contractor to provide professional property services to support the SPCB.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71221000 - Architectural services for buildings
- 71311300 - Infrastructure works consultancy services
- 72224000 - Project management consultancy services
- 71541000 - Construction project management services
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
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.
The Services required by the SPCB for their Premise includes:
a) Full technical design service. This will cover a complete range of design team services including Architectural and Engineering.
b) Support for SPCB Facilities and Building Management team. This will include access to a full and complete range of consultants to provide specialist building advice when required.
c) Project and construction management.
d) Health, safety and fire engineering advice.
e) Advice, technical assistance and support in reaching "Net Zero"
The services required will be over an array of projects of varying values and complexities with often a multidisciplinary approach required.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Quality criterion - Name: Presentation / Weighting: 10
Price - Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
option to extend for a further period/s of up to 60 months, at the sole discretion of the SPCB.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
In relation to the SPD:
4A.1 - not used
4A.2 - not used.
III.1.2) Economic and financial standing
List and brief description of selection criteria
In relation to the SPD:
4B.1 - 4B.4 : not used
4B.5: Its is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of the awarded contract the types and levels of insurance indicated below:
Employers (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 2,000,000 GBP
Professional Indemnity Insurance = 5,000,000 GBP
4B.6: The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. We highly recommend that tenderers review their financial performance on Creditsafe to understand their credit score rating which will be used by the SPCB to evaluate the financial standing of the tenderer and that they read the 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/
The SPCB requires tenderers to have a Creditsafe Risk Score of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit risk score than 40 on Creditsafe and has the backing of a parent company with a credit risk score of 40 or higher, then the provision of a parent company guarantee will be required prior to the award of any contract. If a tenderer has a lower credit risk score than 40 and cannot provide a parent company guarantee, they must submit evidence to support a stable and improved financial standing with their tender or the tender may be rejected. If no evidence is provided with the tender or the evidence provided is not sufficient to demonstrate a satisfactory financial position to the satisfaction of the SPCB (whose decision in this regard shall be final), then the tender will be rejected and will not be evaluated further.
If a tenderer is not listed on Creditsafe, for whatever reason, then it will be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out. If the information provided does not, in the SPCB’s opinion, demonstrate a satisfactory financial position, the bid may be rejected.
Minimum level(s) of standards possibly required
4B.6: Tenderers should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit rating score and has the backing of a parent company with a credit rating of 40 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 tender may be rejected.
III.1.3) Technical and professional ability
List and brief description of selection criteria
In relation to the SPD:
4C.2 - Used.
4C.2.1 - Used.
4C.7 - Used.
Minimum level(s) of standards possibly required
In relation to the SPD:
4C.1.2:used. Please provide a minimum of 3 relevant examples of supplies and/or services carried out during the last three years. (Examples from both public and/or private sector customers and clients may be provided).
Bidders will be required to provide three detailed examples which demonstrate that they have the relevant experience in delivering the range of services as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice. As a minimum, the provision of project management and architectural services must be included within each example in the overall submission. Failure to provide three examples demonstrating relevant experience of delivering this range of services will result in disqualification from the procurement process and the bidder's submission evaluated no further. Answers should be limited to no more than 1000 words. The evaluation will cease at this word limit and no further content will be assessed.
4C.2:used. Please provide details of the technicians or technical bodies the bidder can call upon, especially those responsible for quality control in relation to this procurement exercise
4C.2.1. In the case of public works contracts, the bidder will be able to call on the following technicians or technical bodies to carry out the work
4C.7:used. Please provide details of an acceptable environmental policy detailing the environmental management measures you will use when performing the contract.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
14 December 2023
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
14 December 2023
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The Contractor and their sub-contractors must hold or commit to achieve by the contract service commence date, Cyber Essentials Plus accreditation (or equivalent) for the duration of the Contract. Cyber Essentials Plus accreditation and the steps to achieve this are outlined on the National Cyber Security Centre website (National Cyber Security Centre – NCSC.GOV.UK).
The Contractor must ensure payment of sub-contractors at all stages of the supply chain is made within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require you to actively monitor payment performance and provide evidence and reports to the contracting authority on a regular basis.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25469. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25469. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Technical evaluation will include a question on Community Benefits. Full details are included within the invitation to tender document.
(SC Ref:747330)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom