Quantity Surveying Framework Agreement
A Tender Notice
by UNIVERSITY OF EDINBURGH
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- £-£3M
- Sector
- CONSTRUCTION
- Published
- 10 Feb 2023
- Delivery
- To 23 Feb 2027 (est.)
- Deadline
- 16 Mar 2023 12:00
Concepts
Location
Edinburgh
1 buyer
- Edinburgh University Edinburgh
Description
The University of Edinburgh wishes to establish a four year Framework Agreement for the provision of Quantity Surveying Services. The framework agreement shall be tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. All of the University of Edinburgh’s Subsidiary Companies may access and utilise the framework agreement at any time during the life of the framework period. Projects types and services will include a mixture (but not limited to) of: - Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings). - Services: Contract administration and employer’s representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like. This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project. The Quantity Surveying services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer’s Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University’s instruction/preference. The service providers (appointed QS consultant) needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements i.e. mini competitions using SCAPE and CCS framework agreements. The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements. The service provider should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project as well as framework performance reviews in relation to agreed key performance indicators and service level agreements. The framework will be divided into three Lots in accordance with value bands as detailed below. Bidders will be allowed to bid for one or more Lots: -Lot 1 Maintenance/Small Works Projects up to a contract value of GBP 2.5M -Lot 2 New Build/Refurbishment Projects with a value over GBP 2.5M and up to GBP 10M -Lot 3 New Build/Refurbishment Projects with a value over GBP 10M The University intends to invite the top scoring suppliers, who have met all pre-conditions, on to the framework, as per: Lot 1: 6 service providers; Lot 2: 3 service providers; Lot 3: 3 service providers. For each Lot, there will be the option to award contracts either by direct award on a rotational basis or mini competition. The University of Edinburgh wishes to establish a four year Framework Agreement for the provision of Quantity Surveying Services. Projects types and services will include a mixture (but not limited to) of: - Project types: Alterations and refurbishment associated with new occupation, changes of and upgrade of facilities; Adaptations and extensions of existing buildings; Maintenance works and New build works (including demolition of existing buildings). - Services: Contract administration and employer’s representative services; Peer reviews and due diligence services; Facilitation of value engineering and risk workshops and supporting in the preparation of funding bids and supplying information for rating assessors and the like. This includes the provision of infrastructure works either when associated to the main project scope or as a standalone infrastructure project. The QS services shall include the preparation of a Bill of Quantities or a Contract Sum Analysis, Employer’s Requirements or a Schedule of Works, as appropriate dependent on procurement approach and University’s instruction/preference. The appointed QS consultant needs to have a thorough working knowledge of works contracts, for example but not limited to NEC, JCT and ICE and support the University in the use of a variety of procurement arrangements including collaborative working and framework arrangements, for example mini competitions using SCAPE and CCS framework agreements. The University may utilise Design Team and Contractor Framework Agreements and the service provider will need to familiarise themselves with the ethos and operational details of these Framework Agreements. In addition, the appointed QS should allow for regular and frequent project team meetings throughout the project, necessary for full co-ordination of the project. The procurement will utilise the 2 stage Restricted Procedure. Stage 1 - Single Procurement Document SPD (Scotland). The shortlisting decision shall be based on the requirement to pass any minimum standards (pass/fail) sections of the SPD as well as on the results of the scored questions listed in the PCS-T technical envelope. In addition, each supplier will require to undergo a financial turnover test specific to each Lot and have a minimum annual turnover for the last three years (to be detailed in the PCS contract notice and tender documents). Stage 2 - Invitation to Tender (ITT). The ITT will evaluate both the technical and cost elements. The cost and quality score will be combined to calculate the overall MEAT (most economically advantageous) score for each supplier. Objective Criteria for Shortlisting - SPD Section 4C scoring method: 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. Scored SPD Section 4C question weighting: 4C.1. Experience (60%), Quality and Accuracy (30%) Workforce (10 %). 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.
Lot Division
1 | Maintenance/Small Works Projects up to a contract value of GBP 2.5M |
2 | New Build/Refurbishment Projects with a value over GBP 2.5M and up to GBP 10M |
3 | New Build/Refurbishment Projects with a value over GBP 10M |
Award Criteria
Quality | 90 |
price | 10 |
CPV Codes
- 71324000 - Quantity surveying services
Indicators
- This is a recurring contract.
- Renewals are available.
- Financial restrictions apply.
- Professional qualifications are sought.
- Staff qualifications are relevant.
- Technical restrictions apply.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** 2A.17 If the bidder is participating in the procurement procedure together with others as part of a group, consortium, joint venture or similar arrangement, the bidder must answer "yes" and complete the supplier response form attached to section 2A.17.4 2C.1 If the bidder is to rely on the capacities of other suppliers in order to meet the selection criteria set out under Part 4 and the criteria and rules (if any) set out under Part 5 (if included) the bidders should answer ‘yes’ and the suppliers must complete the first three sections of the SPD supplier response form to section 2C.1.1. Any selection criteria response from SPD section 4 that they fulfil on behalf of the main bidder should be clearly labelled with the suppliers name and submitted as part of the main submission. 2D.1 If the bidder expects to subcontract to parties which they will not rely on to meet the selection criteria (as listed in the contract notice and SPD section 4), they should answer ‘yes’ and, as far as known, list these entities. You will not need to submit the supplier response form on their behalf at this stage, but must submit it with the first three sections completed at any stage upon request. Sustainable Procurement: The University will include consideration of sustainability in this procurement, including what Fair Work Practices they have in place, which will include consideration of the Living Wage. The University may also include consideration of what practices bidders will commit to monitor and reduce their carbon footprint. Detailed information will be contained within our invitation to tender (ITT) documentation, and may include confirmation of compliance with the APUC Supply Chain Code of Conduct and invitation to the Sustain assessment programme. Living Wage: The University of Edinburgh has Living Wage Accreditation and is committed to promoting fair and reasonable remuneration. The University expects this for all workers involved in the delivery of our contracts, including at least the Living Wage for UK-based workers (currently 10.90 GBP per hour according to the Living Wage Foundation, see www.livingwage.org.uk). In addition to consideration of Fair Work Practices, a non-scored Living Wage question will be included within our invitation to tender (ITT) documentation. Modern Slavery, Blacklisting Equalities Act Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in SPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under: -the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&fro...) -the Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage. At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. Main Contract Type and T&Cs: University of Edinburgh Standard Terms and Conditions for Goods and Services. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6044. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:716934)
Reference
- ocds-h6vhtk-03a4c7
- FTS 004214-2023