Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glasgow School of Art
167 Renfrew Street
Glasgow
G3 6RQ
UK
Telephone: +44 1413534500
E-mail: k.hardisty@gsa.ac.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.gsa.ac.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00197
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
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
Glasgow School of Art Mackintosh Reinstatement - Architect Led Team
Reference number: GSA - 22957
II.1.2) Main CPV code
71210000
II.1.3) Type of contract
Services
II.1.4) Short description
Project Management, Cost Management and Architect led design team for the Glasgow School of Art Mackintosh Reinstatement.
To facilitate the development of the Mackintosh Reinstatement for Glasgow School of Art require to engage a professional team under 3 separate appointments namely, Project Management, Cost Management and Architect led full design team to deliver RIBA Stage 2 to 7.
The Architect led design team will be ultimately be responsible for taking ownership of the RIBA stage 1 brief currently under development and transferring the outputs into a co-ordinated design package, that addresses the Glasgow School of Art requirements whilst recognising cost and time parameters. Stakeholder engagement, presentation to all levels of the School and guiding the fully coordinated design through the RIBA stages are key to the success of the project.
II.1.5) Estimated total value
Value excluding VAT:
62 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72224000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
Project Management, Cost Management and Architect led design team for the Glasgow School of Art Mackintosh Reinstatement.
To facilitate the development of the Mackintosh Reinstatement for Glasgow School of Art require to engage a professional team under 3 separate appointments namely, Project Management, Cost Management and Architect led full design team to deliver RIBA Stage 2 to 7.
The Architect led design team will be ultimately be responsible for taking ownership of the RIBA stage 1 brief currently under development and transferring the outputs into a co-ordinated design package, that addresses the Glasgow School of Art requirements whilst recognising cost and time parameters. Stakeholder engagement, presentation to all levels of the School and guiding the fully coordinated design through the RIBA stages are key to the success of the project. A further more detailed descriptions is attached to the notice.
II.2.5) Award criteria
Criteria below:
Quality criterion: Experience
/ Weighting: 50%
Quality criterion: Qualifications
/ Weighting: 45%
Quality criterion: Environmental Management
/ Weighting: 5%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Envisaged number of candidates: 5-6
Objective criteria for choosing the limited number of candidates:
Pre-Qualification via the SPD (Scotland). The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. Bidders must:
a) Pass the minimum standards in SPD Sections 4A, 4B, and 4D in the Qualification tab. Statements for these questions can be found in Sections III.1.1, III.1.2 and III.1.3 (“Minimum level(s) of standards possibly required”) of this Notice.
b) Complete the scored SPD Section 4C found in the Technical tab. Statements for these questions can be found in Section III.1.3 (“List and brief description of selection criteria”) of this Notice. Section 4C will be scored as per the scoring methodology detailed below. The School envisages that around five to six of the highest scoring bidders will be invited to submit a tender.
Scored SPD Section 4C question weighting:
4C.1.2 Experience (50 percent)
Statement 1 15%
Statement 2 10%
Statement 3 10%
Statement 4 10%
Statement 5 5%
4C.6 Qualifications (45 percent)
Statement 1 25%
Statement 2 5%
Statement 3 5%
Statement 4 5%
Statement 5 5%
4C.7 Environmental Management (5 percent)
Statement 1 – 5%
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:
Bidders will be required to have a minimum “general” yearly turnover of 1 million GBP for the last 3 years.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.
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 types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 million GBP
Public Liability Insurance = 10 million GPB
Professional Indemnity Insurance = 10 million GBP
The above criteria needs to be met or bidders will fail this element of the SPD and not be considered further.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Glasgow School of Art Terms and Conditions will apply.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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:
22/04/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
20/06/2022
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: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The Estimated cost of construction is 62,000,000 Million GBP
The technical questions will be evaluated using the following methodology.
Score Methodology
0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1
Poor Response is partially relevant but generally poor. The response 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. The response 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. The response 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. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
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=687548.
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.
(SC Ref:687548)
Download the ESPD document here: [[https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=687548]]
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sherriff Office
1 Carlton Place
Glasgow
G5 9TW
UK
VI.5) Date of dispatch of this notice
21/03/2022