Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 9th Nov 2023

Tender Details
Referenceocds-h6vhtk-041724
Common Procurement VocabularyArchitectural and related services
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 9th Nov 2023

Tender Details
Referenceocds-h6vhtk-041724
Common Procurement VocabularyArchitectural and related services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

The Scottish Parliament Corporate Body

Holyrood Road

Edinburgh

EH99 1SP

Contact

Elizabeth Lebost

Email

elizabeth.lebost [at] Parliament.scot

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.parliament.scot

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