Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
35 750.00
GBP/ Highest offer:
89 195.00
GBP
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
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.2.11) 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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-005248
Section V: Award of contract
Contract No: QMU-22970
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
16/05/2022
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 5
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ADP
101 George Street
Edinburgh
EH2 3ES
UK
Telephone: +44 1312974310
NUTS: UKM75
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
62 687.00
GBP
/ Highest offer:
89 195.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 50 %
Short description of the part of the contract to be subcontracted:
Some elements of space consultancy
Section VI: Complementary information
VI.3) Additional information
(SC Ref:696226)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
UK
VI.5) Date of dispatch of this notice
08/06/2022