Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Glasgow School of Art Mackintosh Reinstatement - Architect Led Team

  • First published: 22 March 2022
  • Last modified: 22 March 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Glasgow School of Art
Authority ID:
AA21039
Publication date:
22 March 2022
Deadline date:
22 April 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
72224000 Project management consultancy services Systems and technical consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
k.hardisty@gsa.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.