Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Highlands and Islands Enterprise
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
UK
Telephone: +44 1463245245
E-mail: hieprocurement@hient.co.uk
NUTS: UKM6
Internet address(es)
Main address: http://www.hie.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Design Team Services
Reference number: O187
II.1.2) Main CPV code
71220000
II.1.3) Type of contract
Services
II.1.4) Short description
HIE and the University of the Highlands and Islands propose to construct a new shared development on plot 15 of Inverness Campus and require a suitably experienced and qualified Design Team.
The appointment will be made under the NEC3 Professional Services Contract (PSC) Option A directly with HIE, with final designs submitted for planning by May 2020. Construction is expected to be awarded by October/November 2020 with the work estimated to be complete by winter 2021. Note, HIE anticipates that this will be a “fast track” project in that deliverable dates are fixed.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM62
Main site or place of performance:
Inverness Campus
II.2.4) Description of the procurement
It is expected that these services will be required from March /April 2020 for an initial period of 8 months, unless terminated in accordance with the provisions of the contract with HIE having the option to extend for a period or periods together not exceeding 6 months following the Initial Term. The budget currently available to deliver this service is between 200,000 GBP and 250,000 GBP (excluding VAT). This figure is inclusive of Travel and Subsistence (T&S) but exclusive of planning fees and charges.
II.2.5) Award criteria
Criteria below:
Quality criterion: Design Team
/ Weighting: 25%
Quality criterion: Management and Delivery Methodology
/ Weighting: 15%
Quality criterion: Programme
/ Weighting: 20%
Quality criterion: Risks and Challenges
/ Weighting: 10%
Price
/ Weighting:
30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 8
This contract is subject to renewal: Yes
Description of renewals:
HIE has the option to extend for a period or periods together not exceeding 6 months following the Initial Term.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
HIE may require the supplier to provide additional services. Any such modification shall be in terms of Regulation 72 of the Public Contracts (Scotland) Regulations 2015.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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:
Architects and practices must either be registered with the Architects Registration Board of the UK or hold such qualifications as comply with articles 3 and 4 of EC Directive 85/384/EEC.
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the following minimum insurances for each and every claim.
Employer's (Compulsory) Liability Insurance = 10 million GBP
Public Liability Insurance = 10 million GBP
Professional Indemnity Insurance = 5 million GBP
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Architects and practices must either be registered with the Architects Registration Board of the UK or hold such qualifications as comply with articles 3 and 4 of EC Directive 85/384/EEC.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
02/03/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
02/03/2020
Local time: 12:00
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 Award criteria will be marked according to the following criteria:
0 - Unacceptable - Nil or inadequate response which fails to demonstrate an ability to meet the requirement.
1 - Poor - Response is partially relevant but generally poor. It addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 - Acceptable - Response is relevant and acceptable. It addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 - Good - Response is relevant and good. It is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 - Excellent - Response is completely relevant and excellent overall. It is comprehensive, unambiguous and demonstrate a thorough understanding of the requirement and provides details of how the requirement will be met in full.
In order to participate, bidders should register, for free, on the Public Contracts Scotland (PCS) website (www.publiccontractsscotland.gov.uk) and record their interest in this contract and download and complete all relevant documentation.
Tenders must be submitted via the PCS postbox and must be received by the published deadline. Late tenders will not be accepted and HIE will reject any submissions received after the deadline. Email or hard copy responses will not be accepted.
PCS also gives suppliers access to an on-line Question & Answer facility which allows queries to be submitted (anonymously) and answers published and shared with all potential bidders.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=611767.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.
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:
Although these will not be evaluated as part of this tender process, bidders are still encouraged to deliver some as part of this contract. Bidders should see the “Community Benefits and Fair Work Practices” Guidance and excel spreadsheet for more information.
(SC Ref:611767)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=611767
VI.4) Procedures for review
VI.4.1) Review body
Inverness Sheriff Court
The Castle
Inverness
IV2 3EG
UK
Telephone: +44 1463230782
Internet address(es)
URL: http://www.hie.co.uk
VI.5) Date of dispatch of this notice
28/01/2020