Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  South Ayrshire Council
  County Buildings, Wellington Square
  Ayr
  KA7 1DR
  UK
  
            Telephone: +44 3001230900
  
            E-mail: Procurement@south-ayrshire.gov.uk
  
            NUTS: UKM94
  Internet address(es)
  
              Main address: http://www.south-ayrshire.gov.uk/procurement/
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
 
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/guest/login.do
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/guest/login.do
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Architectural Services Framework Agreement
II.1.2) Main CPV code
  71200000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Architectural Services Framework Agreement
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    71200000
    II.2.3) Place of performance
    NUTS code:
    UKM94
    II.2.4) Description of the procurement
    South Ayrshire Council has a requirement to set up a multi supplier Framework Agreement with suitably competent and experienced consultants to supplement their in-house provision and provide Architectural Services on various projects under the control of the Council’s Professional Design Services Department.  The Council’s outsourced workload will be varied and intermittent.
    Architects successfully appointed to the framework will be required to act as Principal Designer in line with the current Construction (Design and Management) Regulations 2015 (CDM 2015)
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: QUALITY
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    +1 +1
    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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  Tenderers must be an ARB Registered Architect and be a member of the Royal Institute of British Architects (RIBA).
  Evidence for this requirement will be requested at the “Request For Documentation” Stage.
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
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:
  Tenderers must be an ARB Registered Architect and be a member of the Royal Institute of British Architects (RIBA).
  III.2.2) Contract performance conditions
  Please refer to Procurement documents
  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.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  The procurement involves the establishment of a framework agreement with several operators.
  
                            Envisaged maximum number of participants to the framework agreement: 4
  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:
              24/09/2024
  
                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: 4 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              24/09/2024
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
May 2028
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 27323. 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:
Please refer to Procurement documents
(SC Ref:775544)
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
19/08/2024