Notice Information
Notice Title
Design Team for Main Library Redevelopment
Notice Description
AWARD NOTICE - The University of Edinburgh has appointed a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square. The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces.
Lot Information
Lot 1
Award Notice - The University of Edinburgh has appointed a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square. The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces. The Estates Vision 2017-27 sets out a strategy to enhance the Student Experience via investment in the University Estate. The objectives are to create a superlative estate for teaching learning and the student experience. The Main Library project is detailed within the Estates Vision as a key project which will help the objectives to be realised. The project aims to create an additional 2000 study and learning spaces, improve access to research collections and create spaces for digital scholarship programmes along with making new maker spaces. The project will involve a series of new build extensions and internal reconfigurations whilst the library is kept operational. The ambition of the project is to ensure that students and staff work and interact in an optimal facility. Work is anticipated to start on site from summer 2019 to summer 2022 and will be delivered on a phased basis in a live environment. Scope of Appointment The University has appointed a single design team for the full scope of work as per the details listed above to ensure consistency from brief to completion. The Design Team should consist of Architecture Consultants, Mechanical and Electrical Engineer and Civil and Structural Engineer (incl. services.). The Lead Consultant will be the Architectural Consultants who will be required to have the necessary size and experience for this type of project. The design team appointment will be via the University's Design Team appointment documentation. Objective Criteria for Shortlisting - ESPD Section 4C 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. This project will not be divided into lots as the University wishes to appoint a single design team service. 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.. Please note - this is an award notice. 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-r6ebe6-0000504696
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR317057
- 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
79415200 - Design consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £2,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Apr 20187 years ago
- Submission Deadline
- 22 Aug 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 17 Apr 20187 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
- Not specified
- Contact Email
- elizabeth.lebost@ed.ac.uk, gordon.whittaker@ed.ac.uk, stuart.mclean@ed.ac.uk
- Contact Phone
- +44 1316502508, +44 1316502759, +44 1316509368
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
- TLM75 City of Edinburgh
-
- 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=JUL290011
Design Team for Main Library Redevelopment - The University of Edinburgh wishes to appoint a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square. The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR317057
Design Team for Main Library Redevelopment - AWARD NOTICE - The University of Edinburgh has appointed a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square. The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces.
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-r6ebe6-0000504696-2018-04-17T00:00:00Z",
"date": "2018-04-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000504696",
"initiationType": "tender",
"parties": [
{
"id": "org-29",
"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": {
"email": "Gordon.Whittaker@ed.ac.uk",
"telephone": "+44 1316502759",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody",
"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"
}
},
{
"id": "org-5",
"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": {
"email": "elizabeth.lebost@ed.ac.uk",
"telephone": "+44 1316509368",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-7",
"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": {
"email": "stuart.mclean@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"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-7"
},
"tender": {
"id": "EC0783",
"title": "Design Team for Main Library Redevelopment",
"description": "AWARD NOTICE - The University of Edinburgh has appointed a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square. The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71220000",
"scheme": "CPV"
},
{
"id": "79415200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM25"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"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": "2017-08-22T12:00:00Z"
},
"documents": [
{
"id": "JUL290011",
"documentType": "contractNotice",
"title": "Design Team for Main Library Redevelopment",
"description": "The University of Edinburgh wishes to appoint a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square. The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL290011",
"format": "text/html"
},
{
"id": "APR317057",
"documentType": "awardNotice",
"title": "Design Team for Main Library Redevelopment",
"description": "AWARD NOTICE - The University of Edinburgh has appointed a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square. The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR317057",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Award Notice - The University of Edinburgh has appointed a Design Team to develop design proposals for internal reconfigurations and extensions to the Main Library at George Square. The project aims to improve the library experience by upgrading the building infrastructure and creating a variety of new study, learning and library spaces. The Estates Vision 2017-27 sets out a strategy to enhance the Student Experience via investment in the University Estate. The objectives are to create a superlative estate for teaching learning and the student experience. The Main Library project is detailed within the Estates Vision as a key project which will help the objectives to be realised. The project aims to create an additional 2000 study and learning spaces, improve access to research collections and create spaces for digital scholarship programmes along with making new maker spaces. The project will involve a series of new build extensions and internal reconfigurations whilst the library is kept operational. The ambition of the project is to ensure that students and staff work and interact in an optimal facility. Work is anticipated to start on site from summer 2019 to summer 2022 and will be delivered on a phased basis in a live environment. Scope of Appointment The University has appointed a single design team for the full scope of work as per the details listed above to ensure consistency from brief to completion. The Design Team should consist of Architecture Consultants, Mechanical and Electrical Engineer and Civil and Structural Engineer (incl. services.). The Lead Consultant will be the Architectural Consultants who will be required to have the necessary size and experience for this type of project. The design team appointment will be via the University's Design Team appointment documentation. Objective Criteria for Shortlisting - ESPD Section 4C 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. This project will not be divided into lots as the University wishes to appoint a single design team service. 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.. Please note - this is an award notice. 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": 2000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false
}
],
"contractTerms": {
"performanceTerms": "As detailed within our ESPD and or ITT documentation"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-09-28T00:00:00Z"
},
"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",
"description": "ESPD Statement 4.B.1.1 General turnover we require 2,000,000 GBP per annum ESPD Statement 4.B.5.1 Employers Liability Insurance 10 million GBP ESPD Statement 4.B.5.1 Public Liability Insurance 10 million GBP ESPD Statement 4.B.5.1 Professional Indemnity Insurance 5 million GBP"
},
{
"type": "technical",
"description": "ESPD 4C.1.2 1st Statement Bidders will be required to provide three examples of relevant Design Team Leader services carried out during the past three years (where your organisation was the Lead Architect) that demonstrate that they have the relevant experience to deliver the services as described in the relevant section of the Contract Notice, which are over 15,000,000GBP in value. The projects undertaken must be by the Lead Architects organisation (not the personnel). Bidders examples should include the following: - Description of the project and its accommodation - Description of phased delivery - Description on working in a live environment - Final construction value - Location (incl. whether city centre or green field) - Name of project Architect - Name & address of the client contact to provide the University with a reference - Coloured images of the interior & exterior - Contract type - Practical completion date - Any awards the project has achieved. - How technical facilities and measures for maintaining design and construction quality were deployed on the project. Your examples must be from within the last 3 years. They do not need to be fully complete but if they are not finished must be no less than one year from practical completion. Responses to be a maximum of 2 A4 pages of text excluding images per project example. weighting 20% per example. ESPD 4C.1.2 2nd Statement Bidders will be required to provide information for two relevant construction projects that your Mechanical and Electrical Engineer has carried out during the last three years which demonstrate your Mechanical and Electrical Engineer have the relevant experience to deliver the services as described in the relevant section of the Contract Notice, which are over 15,000,000GBP in value. Bidders examples should include the following: - Description of the project and its accommodation - Description of phased delivery - Description on working in a live environment - Final construction value - Location (incl. whether city centre or green field) - Name of project Architect - Name & address of the client contact to provide the University with a reference - Coloured images of the interior & exterior - Contract type - Practical completion date - Any awards the project has achieved. - How technical facilities and measures for maintaining design and construction quality were deployed on the project. Responses to be a maximum of 2 A4 pages of text excluding images per project example. Weighting 12.5% per example ESPD 4C.1.2 3rd Statement Bidders will be required to provide information for one relevant construction project that your Civil and Structural Engineer has carried out during the last three years which demonstrate your Civil and Structural Engineer have the relevant experience to deliver the services as described in the relevant section of the Contract Notice, which are over 15,000,000GBP in value. Bidders examples should include the following: - Description of the project and its accommodation - Description of phased delivery - Description on working in a live environment - Final construction value - Location (incl. whether city centre or green field) - Name of project Architect - Name & address of the client contact to provide the University with a reference - Coloured images of the interior & exterior - Contract type - Practical completion date - Any awards the project has achieved. - How technical facilities and measures for maintaining design and construction quality were deployed on the project. Responses to be a maximum of 2 A4 pages of text excluding images per project example. NOTE: For all 4C.1.2 response examples, please also include the name of each Customer Organisation along with their contact details i.e. Name, Telephone Number, email address. If you are unable to provide any examples for any 4C.1.2 statement please explain why you cannot. Weighting 15%",
"minimum": "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."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 270
}
},
"classification": {
"id": "71220000",
"scheme": "CPV"
},
"hasRecurrence": false,
"amendments": [
{
"id": "amd-5",
"description": "Clarifcation re Design Team Fees and Construction budget The University would like to clarify that the value entered under section II.2.6 of the contract notice - Estimated value, Value excluding VAT: 2,000,000.00 GBP relates to the estimated design team fees for this project. The estimated construction value of this project is 20,000,000 GBP.",
"unstructuredChanges": [
{
"oldValue": {
"text": "2,000,000.00 GBP"
},
"newValue": {
"text": "20,000,000 GBP."
},
"where": {
"section": "II.2.6"
}
}
]
}
]
},
"language": "EN",
"description": "Please note - the contract end date for this project is anticipated to be in 2022 however until the construction programme has been agreed the University is unable to state a precise end date for this contract. (SC Ref:539751)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504696"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504696"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504696"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0783",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0783",
"awardID": "EC0783",
"status": "active",
"dateSigned": "2018-04-17T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 137-281270"
}
]
}