Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
University of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
UK
Contact person: Laura Skinner
Telephone: +44 1316502508
E-mail: laura.skinner@ed.ac.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.ed.ac.uk/schools-departments/procurement/supplying
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
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
Commissioning Manager
Reference number: EC0717
II.1.2) Main CPV code
71530000
II.1.3) Type of contract
Services
II.1.4) Short description
The University of Edinburgh wishes to appoint the services of a commissioning management officer (CMO) for the Darwin tower main contract works. The commissioning manager shall work on the project from pre-tender through to final completion including a 1 year soft landings process, the role will be from RIBA Stage 2 to RIBA Stage 8. This direct appointment with The University is not a hands on physical commissioning role but involves the management of the commissioning process/leading the contracting team through this process.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71530000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Edinburgh.
II.2.4) Description of the procurement
The commissioning officer will be responsible for managing the commissioning, setting to work and validating as applicable all mechanical and electrical services installed through the enabling works contract.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.11) Information about options
Options:
Yes
Description of options:
There is a possibility that additional CMO coverage will be required in other areas of the campus therefore 2 individuals must be available to be designated as CMO’s for the University.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 073-139413
Section V: Award of contract
Contract No: EC0717
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.3) Additional information
We will apply a 2 stage process:
Stage 1: Pre-qualification via the submission of the completed ESPD (Scotland). Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T.
Bidders must complete the technical envelope. Specific statements detailing the requirement are detailed below. The responses to these statements will be scored as per the scoring methodology also detailed below. We will take the 6 highest scoring bidders through to the ITT stage and they will be invited to submit a tender.
Stage 2:
The University will evaluate all shortlisted bidders/tenderers ITT submissions via undertaking a quality/technical (including an interview assessment) and commercial/cost evaluation.
Technical (quality) scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage.
Cost – the bidder who submits the lowest cost will be awarded the maximum score attributed to the commercial (cost) section and others awarded a score prorata, in relation to the lowest bid.
For further details on the technical (quality)/commercial (cost) breakdown please see ESPD document.
Scoring methodology:
0 = Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 = Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.
2 = Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
3 = Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 = Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
ESPD 4C.1.2 Statement - 90 % (30 % per example).
Bidders will be required to provide 3 examples of commissioning manager services carried out during the past 5 years that demonstrate that they have the relevant experience to deliver the services as described in the contract notice.
It is essential that the commissioning manager/s actively working on the project have experience managing the commissioning of M&E systems and also validating CL2 and CL3 laboratories in highly serviced complex environments. Projects should show that your organisation was leading the commissioning exercise, has brought the projects to a successful completion and monitored the occupation phase.
Bidders examples should include the following:
— description of the project and its accommodation,
— final construction value,
— bidder role in the projects,
— significant challenges,
— name of design lead and main contractor,
— name and address of the client contact to provide the University with a reference,
— coloured images of the interior and exterior,
— contract type,
— ESPD 4C.8.1 Statement (worth 10 %).
Bidders will be required to confirm the number of managerial staff for the last 3 years.
Please provide information on staff numbers in the following areas:
— CMO services,
— clerical support,
— managerial support.
(SC Ref:597135)
VI.4) Procedures for review
VI.4.1) Review body
University of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
UK
Telephone: +44 1316502508
Internet address(es)
URL: http://www.ed.ac.uk/schools-departments/procurement/supplying
VI.5) Date of dispatch of this notice
09/09/2019