Notice Information
Notice Title
Design Team - King's Buildings Nucleus
Notice Description
EC0763 - Return date for submissions is 12.00 Noon 10 February 2017. The University wishes to appoint a design team to undertake the first phase of a capital project which will be built in a series of phases over the next 10 years, dependent on decant and funding strategies. The first phase will be over the next 5 years. This project will not be divided into lots as the University wishes to appoint a single design team service provider to ensure consistency from brief to completion. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III and VI of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.
Lot Information
Lot 1
The Nucleus Project comprises of a series of buildings built in the heart of the campus behind Ashworth and will include a mixture of new build and refurbishment projects accommodating central teaching facilities, study areas, catering outlets, gym, retail and a student information centre. The project will be built in a series of phases over the next 10 years dependent on decant and funding strategies. The first phase will be over the next 5 years and the University of Edinburgh wishes to appoint an Architect led multi-disciplinary Design Team to produce designs and specifications for the first phase of the new Nucleus. The first phase is a new building located in the midst of a series of existing buildings and infrastructure, therefore, the scope of the works will include enabling works and potentially some refurbishment in addition to a new build. The first phase will include a mixture of accommodation including teaching facilities, study areas, catering outlets, small retail shells and a student information centre. The Nucleus 'Hub' is visualised as a series of buildings creating the 'beating heart of the campus'. Our vision is that a centralised teaching building is provided as part of the 'Nucleus' to accommodate all undergraduate teaching at the campus, facilitate collaborations between schools, and free up space within schools for dedicated/specialised teaching space and research, as well as future expansion. The first phase will: - Combine flexible teaching and learning facilities with social amenities creating a focal point for the campus; - Create attractive social learning facilities for students and staff that overlook the green heart and encourage people to stay on campus and linger; - Create spaces that are flexible and rich with state of the art teaching and learning facilities that can be adapted to suit future needs; - Include contemporary facilities to meet the College of Science and Engineering student growth targets; - Include BREEAM Excellent new build accommodation The University wishes to appoint a single design team for the full scope of work as per the details listed above to ensure consistency from brief to completion.. 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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000474566
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL289916
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71220000 - Architectural design services
71320000 - Engineering design services
71321000 - Engineering design services for mechanical and electrical installations for buildings
79415200 - Design consultancy services
Notice Value(s)
- Tender Value
- £20,000,000 £10M-£100M
- Lots Value
- £20,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Jul 20178 years ago
- Submission Deadline
- 10 Feb 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Jul 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Elizabeth Lebost
- Contact Email
- elizabeth.lebost@ed.ac.uk
- Contact Phone
- +44 1316502508
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- UKM25 Edinburgh, City of
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC268209
Design Team - King's Buildings Nucleus - EC0763 - Return date for submissions is 12.00 Noon 10 February 2017. The University wishes to appoint a design team to undertake the first phase of a capital project which will be built in a series of phases over the next 10 years, dependent on decant and funding strategies. The first phase will be over the next 5 years. This project will not be divided into lots as the University wishes to appoint a single design team service provider to ensure consistency from brief to completion. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III and VI of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL289916
Design Team - King's Buildings Nucleus - EC0763 - Return date for submissions is 12.00 Noon 10 February 2017. The University wishes to appoint a design team to undertake the first phase of a capital project which will be built in a series of phases over the next 10 years, dependent on decant and funding strategies. The first phase will be over the next 5 years. This project will not be divided into lots as the University wishes to appoint a single design team service provider to ensure consistency from brief to completion. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III and VI of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000474566-2017-07-18T00:00:00Z",
"date": "2017-07-18T00:00:00Z",
"ocid": "ocds-r6ebe6-0000474566",
"initiationType": "tender",
"parties": [
{
"id": "org-3",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Elizabeth Lebost",
"email": "Elizabeth.Lebost@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-3"
},
"tender": {
"id": "EC0763",
"title": "Design Team - King's Buildings Nucleus",
"description": "EC0763 - Return date for submissions is 12.00 Noon 10 February 2017. The University wishes to appoint a design team to undertake the first phase of a capital project which will be built in a series of phases over the next 10 years, dependent on decant and funding strategies. The first phase will be over the next 5 years. This project will not be divided into lots as the University wishes to appoint a single design team service provider to ensure consistency from brief to completion. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III and VI of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71320000",
"scheme": "CPV"
},
{
"id": "71321000",
"scheme": "CPV"
},
{
"id": "71220000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM25"
},
{
"region": "UKM25"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 20000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2017-02-10T12:00:00Z"
},
"documents": [
{
"id": "DEC268209",
"documentType": "contractNotice",
"title": "Design Team - King's Buildings Nucleus",
"description": "EC0763 - Return date for submissions is 12.00 Noon 10 February 2017. The University wishes to appoint a design team to undertake the first phase of a capital project which will be built in a series of phases over the next 10 years, dependent on decant and funding strategies. The first phase will be over the next 5 years. This project will not be divided into lots as the University wishes to appoint a single design team service provider to ensure consistency from brief to completion. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III and VI of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC268209",
"format": "text/html"
},
{
"id": "JUL289916",
"documentType": "awardNotice",
"title": "Design Team - King's Buildings Nucleus",
"description": "EC0763 - Return date for submissions is 12.00 Noon 10 February 2017. The University wishes to appoint a design team to undertake the first phase of a capital project which will be built in a series of phases over the next 10 years, dependent on decant and funding strategies. The first phase will be over the next 5 years. This project will not be divided into lots as the University wishes to appoint a single design team service provider to ensure consistency from brief to completion. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III and VI of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL289916",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Nucleus Project comprises of a series of buildings built in the heart of the campus behind Ashworth and will include a mixture of new build and refurbishment projects accommodating central teaching facilities, study areas, catering outlets, gym, retail and a student information centre. The project will be built in a series of phases over the next 10 years dependent on decant and funding strategies. The first phase will be over the next 5 years and the University of Edinburgh wishes to appoint an Architect led multi-disciplinary Design Team to produce designs and specifications for the first phase of the new Nucleus. The first phase is a new building located in the midst of a series of existing buildings and infrastructure, therefore, the scope of the works will include enabling works and potentially some refurbishment in addition to a new build. The first phase will include a mixture of accommodation including teaching facilities, study areas, catering outlets, small retail shells and a student information centre. The Nucleus 'Hub' is visualised as a series of buildings creating the 'beating heart of the campus'. Our vision is that a centralised teaching building is provided as part of the 'Nucleus' to accommodate all undergraduate teaching at the campus, facilitate collaborations between schools, and free up space within schools for dedicated/specialised teaching space and research, as well as future expansion. The first phase will: - Combine flexible teaching and learning facilities with social amenities creating a focal point for the campus; - Create attractive social learning facilities for students and staff that overlook the green heart and encourage people to stay on campus and linger; - Create spaces that are flexible and rich with state of the art teaching and learning facilities that can be adapted to suit future needs; - Include contemporary facilities to meet the College of Science and Engineering student growth targets; - Include BREEAM Excellent new build accommodation The University wishes to appoint a single design team for the full scope of work as per the details listed above to ensure consistency from brief to completion.. 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",
"status": "complete",
"value": {
"amount": 20000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false
}
],
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-04-03T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Statement for ESPD 4A.2 Where it is required within a bidder's country of establishment they must confirm which authorisation or membership of the relevant organisation(s) are required in order to perform this service. The overall design team will consist of numerous parties and each party will be required to have the relevant professional or trade register or membership which is applicable to their trade. We have listed the numerous parties within Section 1 item 1.3 of the ESPD Guidance Document and this information can be viewed via the PCS-T visible to supplier's portal area."
},
{
"type": "economic",
"minimum": "Statement for ESPD 4B.1 Bidders will be required to have a \"general\" yearly turnover threshold value of 1,000,000 GBP for the last three years prior to the date of proposed contract award. Statement for ESPD 4B.3 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. Statement for 4B.5.1 and 4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequent awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance - 5 million GBP Public Liability Insurance - 5 million GBP Professional Indemnity Insurance - 5 million GBP http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"description": "Responses for ESPD Section 4C should be clearly labelled as attachments in the general attachments area of the technical envelope (except for ESPD 4C.1.2) where the response box allows for attachments. Where multiple statements correspond to a single ESPD question, bidders must have regard for all statements when submitting responses. The value for statement referenced as 4C.1.2 is 20 million GBP. Also, if you are unable to provide any examples within the last 3 years for statement referenced 4C1.2, please explain why you cannot provide examples, also include the name of each Customer Organisation along with their contact details ie Name, Telephone Number, e-mail address. 1st statement for ESPD 4C.1.2 Bidders, as per the value listed above, must provide 3 examples of Design Team services which have been carried out during the past 3 years (where your organisation was the Lead Architect) that demonstrate that they have the relevant experience to deliver the services as described in section II.2.4 description of the OJEU Contract Notice. Examples should include the following: Description of the project and its accommodation, the Final construction value, location (incl. whether city centre or green field), Name of project Architect, name and address of the client contract to provide the University with a reference, coloured images of the interior and exterior, Contract type, Practical completion date and any awards the building has achieved 2nd Statement for ESPD 4C.1.2 Bidders as per the value listed above, must provide 2 relevant construction projects which your M&E engineer has carried out during the last 3 years which demonstrate your M&E Engineer have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice. Examples should include the following: Description of the project (incl whether new build or refurbishment); Final construction value, Location (incl. whether city centre or green field), Function of building, Name of project engineer, name and address of the client contact to provide the University with a reference, Coloured images of the interior and exterior, Contract type and any awards the building has achieved 3rd statement for ESPD 4C.1.2. Bidders as per the value listed above, must provide 1 relevant construction project which your Structual engineer has carried out during the last 3 years that demonstrate your Structural Engineer have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract notice. Example should include the following: Description of the project (incl. whether new build or refurbishment), Final construction value, Localtion (incl. whether city centre or green field), Function of building, name of project engineer, name and address of the client contract to provide the university with a reference, coloured images of the interiror and exterior, contract type and any awards the building has achieved Statement for ESPC 4C.2 Describe your quality control procedures for managing: - Design Quality, Quality of construction and Management of the handover process and post construction issues Statement for ESPD 4C.4 Describe the design team management processes that you have employed throughout the design stages and your methodology in managing contruction phases outlining: Design quality, Quality of construction, Management of the handover process and post construction issues Statement for ESPD 4C.8.1 Each member of the bidding team is asked to confirm staff numbers for each of the last three years identifying; Number of professional staff, Number of support/technical staff and Number of admin staff"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "79415200",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "The estimated construction value detailed in II.1.5 and II.2.6 is the estimated construction cost not the design team estimated costs. The contract period is anticipated to be 5 years. ESPD 4.C.1.2 1st Statement overall 30 percent (each example 10 percent) ESPD 4.C.1.2 2nd Statement overall 20 percent (each example 10 percent) ESPD 4.C.1.2 3rd Statement overall 10 percent (example 10 percent) ESPD 4C.2 Overall 18 percent-Design Quality (6 percent), Quality of construction (6 percent), Management of the handover process and post contstruction issues (6 percent) ESPD Question 4C.4 Overall 17 percent- Design team communication (4 percent), Senior management input and client reporting (3 per cent), Coordination of M&E Services (3 percent), Change management control (4 percent) and Dispute resolution (3 percent). ESPD Section 4C.8.1 Overall 5 percent- Number of professional staff (3 percent), Number of support/technical staff (1 percent), Number of admin staff (1 percent). ESPD Section 4D ESPD 4D.1 1st Statement Quality Management and Health and Safety Procedures. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) ESPD 4D.1 2nd Statement Quality Management and Health and Safety Procedures. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement(SSIP)forum ESPD 4D1.1 1st Statement Quality Management. If the bidder does not hold UKAS(or equivalent)accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) then the bidder must have the following: A documented policy and procedures regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. ESPD 4D1.1 2nd Statement Health and Safety Procedures If the bidder does not hold UKAS(or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum then the bidder have the following: A regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note-Organisations with fewer than five employees are not required by law to have a documented policy statement The University will request evidence from bidders of Fair Work Practices they have in place. Information will be contained in our Invitation to Tender. ESPD Question 2D1-if applicable please provide information concerning subcontractors on whose capacity as a bidder does not rely on (SC Ref:504743)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000474566"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000474566"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0763",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0763",
"awardID": "EC0763",
"status": "active",
"dateSigned": "2017-07-14T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2016/S 250-460972"
}
]
}