Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
University of the Highlands and Islands
UHI House, Old Perth Road
Inverness
IV2 3JH
UK
Telephone: +44 1463255000
E-mail: ayoung@apuc-scot.ac.uk
NUTS: UKM6
Internet address(es)
Main address: http://www.uhi.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
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
Provision of Professional Estates Consultancy Services
Reference number: CS-UHI-26368
II.1.2) Main CPV code
98112000
II.1.3) Type of contract
Services
II.1.4) Short description
The Academic Partners of the University of the Highlands and Islands wish to set up a Framework Agreement for the Provision of Professional Estates Consultancy Services. The Framework Agreement is split into two (2) Lots:
Lot 1 - General Project Management and Estates Consultancy Services
Lot 2 – Property Consultancy Services
For the purpose of clarification, the below partners have access to this Framework Agreement. It should be noted that partners have the option to purchase requirements outside of this Framework Agreement and are not obligated to use the Framework Agreement.
- UHI Argyll
- UHI Executive Office
- UHI Inverness
- UHI Moray
- UHI North, West and Hebrides
- UHI Perth
- Highland Theological College
- Sabhal Mòr Ostaig
- Scottish Association for Marine Science
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
90 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
General Project Management and Estates Consultancy Services
II.2.2) Additional CPV code(s)
98112000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Services which may be requested in relation to a project include, but are not limited to, the below:
- Energy efficiency and environmental impact surveys and related advice
- Professional Advice
- Design and Specification Development
- Tender Support
- Contractor Management and Administration
- Statutory Consents
- Principal Designer
- Cost Advisor services
- Fire advisory services
- Risk Management
- Quality Management
- Health and Safety
- Condition and lifecycle surveys (Fabric and M&E), including assessing structural damage and recommending repairs
Please note that the named Academic Partner may, at its own discretion, request the Contractor to provide additional, related services if required during the lifetime of the Framework Agreement.
II.2.5) Award criteria
Quality criterion: Framework Management
/ Weighting: 7.5%
Quality criterion: Geographical Coverage
/ Weighting: 12.5%
Quality criterion: Fair Work Practices
/ Weighting: 5%
Quality criterion: Business Continuity
/ Weighting: 5%
Quality criterion: Value Added Services
/ Weighting: 5%
Quality criterion: Environmental Management
/ Weighting: 5%
Quality criterion: Sustainable Estates
/ Weighting: 7.5%
Quality criterion: Capability and Skills
/ Weighting: 15%
Quality criterion: Capacity and Staffing
/ Weighting: 5%
Quality criterion: Previous Experience of Staff
/ Weighting: 7.5%
Quality criterion: Reports and Management
/ Weighting: 5%
Price
/ Weighting:
20%
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
Lot No: 2
II.2.1) Title
Property Consultancy Services
II.2.2) Additional CPV code(s)
70332200
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Services which may be requested under the scope of this requirement include, but are not limited to, the below:
- Estate Management
- Sales and acquisitions
- Professional advice regarding title deeds and boundary disputes
- Rent reviews, lease enquiries and negotiations (with UHI Partner acting as either the landlord or tenant)
- Valuation surveys, including market and insurance valuations
Please note that the named Academic Partner may, at its own discretion, request the Contractor to provide additional, related services if required during the lifetime of the Framework Agreement.
II.2.5) Award criteria
Quality criterion: Framework Management
/ Weighting: 7.5%
Quality criterion: Geographical Coverage
/ Weighting: 12.5%
Quality criterion: Fair Work Practices
/ Weighting: 5%
Quality criterion: Business Continuity
/ Weighting: 5%
Quality criterion: Value Added Services
/ Weighting: 5%
Quality criterion: Environmental Management
/ Weighting: 5%
Quality criterion: Capability and Skills
/ Weighting: 15%
Quality criterion: Capacity and Staffing
/ Weighting: 15%
Price
/ Weighting:
30%
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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:
2024/S 000-006940
Section V: Award of contract
Lot No: 1
Title: General Project Management and Estates Consultancy Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/09/2024
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 12
Number of tenders received by electronic means: 12
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Turner & Townsend Project Management Ltd
Atria One ,Level 2, 144 Morrison Street
Edinburgh
EH3 8EX
UK
NUTS: UKM
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Pick Everard
The Beacon, 176 St Vincent Street
Glasgow
G2 5SG
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Gardiner & Theobald LLP
G1 Building, 5 George Square
Glasgow
G2 1DY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Thomson Gray Limited
Prospect House, 5 Thistle Street
Edinburgh
EH2 1DF
UK
NUTS: UKM75
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Thomas & Adamson International Limited
13 Lister Square, Quartermile
Edinburgh
EH3 9GL
UK
NUTS: UK
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:
48 503.00
GBP
/ Highest offer:
82 700.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Property Consultancy Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/09/2024
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Graham + Sibbald
233 St Vincent Street
Glasgow
G2 5QY
UK
NUTS: UKM
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Hardies Property & Construction Consultants
The Signature Building, 8 Pitreavie Court
Dunfermline
KY11 8UU
UK
NUTS: UKM72
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:
27 170.00
GBP
/ Highest offer:
40 105.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The below documentation requires to be submitted as part of the tender submission for Lot 1:
Appendix A - Form of Tender
Appendix B - Freedom of Information
Appendix D - Supply Chain Code of Conduct
Appendix E1 - Lot 1 Pricing Schedule
Appendix F1 - Lot 1 Technical Questionnaire
Appendix F3 - General Questions
Appendix G - GDPR Vendor Data Processor Assurance Assessment
Appendix H - Conflict of Interest
The below documentation requires to be submitted as part of the tender submission for Lot 2:
Appendix A - Form of Tender
Appendix B - Freedom of Information
Appendix D - Supply Chain Code of Conduct
Appendix E2 - Lot 2 Pricing Schedule
Appendix F2 - Lot 2 Technical Questionnaire
Appendix F3 - General Questions
Appendix G - GDPR Vendor Data Processor Assurance Assessment
Appendix H - Conflict of Interest
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
(SC Ref:776816)
VI.4) Procedures for review
VI.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV1 1AH
UK
VI.5) Date of dispatch of this notice
11/09/2024