Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Queen Margaret University
Queen Margaret University Drive
Musselburgh
EH21 6UU
UK
Telephone: +44 1314740000
E-mail: kmurray1@qmu.ac.uk
NUTS: UKM73
Internet address(es)
Main address: http://www.qmu.ac.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00364
I.2) 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/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Strategic Estates Space Review Consultancy
Reference number: QMU-22970
II.1.2) Main CPV code
79415200
II.1.3) Type of contract
Services
II.1.4) Short description
Queen Margaret University is seeking to procure consultancy services for a strategic estates space review.
The consultancy services consist of an initial review and report under 3 work streams:
Work stream A – Specialist Space
Work stream B – Learning Resources Centre (LRC)
Work stream C – Offices & Workspace
There will also be associated projects under the RIBA Plan of Work 2020.
II.1.5) Estimated total value
Value excluding VAT:
45 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM73
II.2.4) Description of the procurement
Primary Objectives:
-To assess current functional suitability of spaces to deliver educationally rich learning and teaching, support diverse research and provide a positive workplace environment.
-To categorise the level of change which will support and inform investment in modification and adaptation of space as part of the University Infrastructure Strategy (IS) and to feed into the Strategic Investment Plan (SIP).
Key Outcomes:
Workstream A – Specialist Space
1. Assessment and evaluation of the current pressures on specialist space and their functional suitability and capture implications of plans for future growth.
2. Outline proposals for discrete projects to address issues identified.
3. Prioritisation of projects and a creation of a programme for delivery taking account of deliverability constraints.
Workstream B – Learning Resources Centre (LRC)
1. Assessment and evaluation of the current utilisation and layout of the LRC, opportunities for improved layout and design which supports student centred learning, improves functional suitability and delivers an enriched educational experience.
2. Outline proposals to address issues identified.
3. A phased programme for project delivery taking account of deliverability constraints.
Workstream C – Offices & Workspace
1. Capacity assessment for future growth in staff accounting for scenarios for fractional contracts and hybrid working and adoption of agile working.
2. Development of revised workspace planning model to account for:
a. implementation of digital strategy
b. activity based workplace
c. neurodiversity
3.FF&E specification and selection to deliver model as pilot.
All three workstreams should include 2D drawings and 3D models and visualisations as required to convey the proposals.
Measurement of Outcomes:
The achievement of the outcomes will be measured through a series of feedback mechanisms e.g. NSS, staff surveys, stakeholder lessons learned sessions, post-occupancy evaluation. Where these are regular surveys, benchmarking to demonstrate improvement in satisfaction will be undertaken. Where proof of concepts or pilots are utilised, these will be utilised where practical before design of final proposals.
II.2.5) Award criteria
Criteria below:
Quality criterion: Project Resources
/ Weighting: 20%
Quality criterion: Fair Work
/ Weighting: 5%
Quality criterion: Quality Assurance
/ Weighting: 15%
Quality criterion: Project Services Methodology
/ Weighting: 20%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
15/04/2022
End:
14/04/2025
This contract is subject to renewal: Yes
Description of renewals:
Two optional extensions of 12 months each
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:
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.1.2) Economic and financial standing
List and brief description of selection criteria:
Professional Indemnity, Employers Liability and Professional Liability levels of GBP5million per instance
Minimum level(s) of standards required:
Ability to obtain insurance by time of contract award
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please provide 3 case studies of projects of similar size and nature completed by your organisation within the past 5 years. Preference should be given to further/higher education, orientated towards strategic review of space.
Please provide details of:
- Client Contact details
- Value
- Date completed (Practical Completion)
- Services provided
- Office project./commission managed from.
- Involvement of personnel proposed for the project
- Form of Contract
- Brief description of the project highlighting relevance to the strategic space review
- How sustainability standards were embedded
- Added value and key/notable achievements achieved by your team
Minimum level(s) of standards required:
Bidders must score 50% across the 3 case studies to progress to the Technical and Commercial evaluation
III.2) Conditions related to the contract
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:
28/03/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
28/03/2022
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20817 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:684559)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
UK
VI.5) Date of dispatch of this notice
25/02/2022