Tender

Architect and Design Framework

SCOTTISH CANALS

This public procurement record has 2 releases in its history.

TenderUpdate

01 Nov 2018 at 00:00

Tender

26 Oct 2018 at 00:00

Summary of the contracting process

The Scottish Canals is seeking partner organisations for its "Architect and Design Framework," a procurement initiative focusing on providing architecture and design services for various operational, commercial, and development projects. This service procurement falls under the broader category of public services, specifically within the architecture and design sector. The framework is set to run for an initial period of two years with an option to extend for up to a total of five years. Interested parties should note that the submission deadline for tenders is 30 November 2018, following which a selection process is to be conducted under a restricted procedure.

This tender presents significant opportunities for businesses in the architecture and design industry, particularly those with expertise in multidisciplinary projects and experience aligned with the RIBA Plan of Work. Companies that can demonstrate their capacity to deliver large-scale projects, possess relevant qualifications, and have a strong track record in similar frameworks will be well-positioned to compete. Additionally, businesses should ensure they meet insurance and ethical requirements outlined in the tender documentation to enhance their competitiveness in this procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Architect and Design Framework

Notice Description

Scottish Canals is looking for partner organisations to provide a range of architecture and design services to aid the organisation to deliver a number of projects in the operational, commercial, and regeneration and development work of the organisation. The contract value is given in the anticipated maximum value of the framework over the five year period. This estimate comes from previous work carried out as well as from anticipated funding applications and aspirational spend. There is no guarantee that these spend levels will be delivered during the contract life, or that the spend profile will be uniform during the contract.

Lot Information

Medium / High Value or Risk Projects

Lot 1 will be used to deliver our core projects or work required by Scottish Canals. It is likely that the project will require multi discipline design input through RIBA stages 0 to 6 although some projects may require input at selected stage(s) only. Examples of previous work in this area is given in the tender documents.

Renewal: The contract will be awarded with an initial contract period with an option to extend to a maximum contract period of five years.

Low Value or Risk Project Work

Lot 2 has been introduced as part of this framework to deliver more straightforward work that may only include selected delivery stages from the RIBA Plan of Work 2013 with a reduced number of design disciplines required. The type of work envisaged for this lot may include items such as drawing updates or internal layout plans.

Renewal: The contract will be awarded with an initial contract period with an option to extend to a maximum contract period of five years.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000551139
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV336364
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
Procurement Type
Framework
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


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
£2,500,000 £1M-£10M
Lots Value
£2,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Nov 20187 years ago
Submission Deadline
30 Nov 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Framework will be re-tendered at end of contract period in 2024

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH CANALS
Contact Name
Steven Menzies
Contact Email
procurement@scottishcanals.co.uk
Contact Phone
+44 1413326936

Buyer Location

Locality
GLASGOW
Postcode
G4 9SP
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Canal
Westminster Constituency
Glasgow North

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335289
    Architect and Design Framework - Scottish Canals is looking for partner organisations to provide a range of architecture and design services to aid the organisation deliver a number of projects in the operational, commercial, and regeneration and development work of the organisation. The contract value given in the anticipated maximum value of the framework over the five year period. This estimate comes from previous work carried out as well as from anticipated funding applications and aspirational spend. There is no guarantee that these spend levels will be delivered during the contract life, or that the spend profile will be uniform during the contract.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000551139-2018-11-01T00:00:00Z",
    "date": "2018-11-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000551139",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-12",
            "name": "Scottish Canals",
            "identifier": {
                "legalName": "Scottish Canals"
            },
            "address": {
                "streetAddress": "Canal House, 1 Applecross Street",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G4 9SP"
            },
            "contactPoint": {
                "name": "Steven Menzies",
                "email": "procurement@scottishcanals.co.uk",
                "telephone": "+44 1413326936",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scottishcanals.co.uk"
            }
        },
        {
            "id": "org-13",
            "name": "Scottish Canals",
            "identifier": {
                "legalName": "Scottish Canals"
            },
            "address": {
                "streetAddress": "Canal House, 1 Applecross Street",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G4 9SP"
            },
            "contactPoint": {
                "name": "Steven Menzies",
                "email": "procurement@scottishcanals.co.uk",
                "telephone": "+44 1413326936",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.scottishcanals.co.uk"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Canals",
        "id": "org-13"
    },
    "tender": {
        "id": "P18-0001",
        "title": "Architect and Design Framework",
        "description": "Scottish Canals is looking for partner organisations to provide a range of architecture and design services to aid the organisation to deliver a number of projects in the operational, commercial, and regeneration and development work of the organisation. The contract value is given in the anticipated maximum value of the framework over the five year period. This estimate comes from previous work carried out as well as from anticipated funding applications and aspirational spend. There is no guarantee that these spend levels will be delivered during the contract life, or that the spend profile will be uniform during the contract.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide across canal network"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "71000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide across canal network"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-11-30T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT335289",
                "documentType": "contractNotice",
                "title": "Architect and Design Framework",
                "description": "Scottish Canals is looking for partner organisations to provide a range of architecture and design services to aid the organisation deliver a number of projects in the operational, commercial, and regeneration and development work of the organisation. The contract value given in the anticipated maximum value of the framework over the five year period. This estimate comes from previous work carried out as well as from anticipated funding applications and aspirational spend. There is no guarantee that these spend levels will be delivered during the contract life, or that the spend profile will be uniform during the contract.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335289",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Medium / High Value or Risk Projects",
                "description": "Lot 1 will be used to deliver our core projects or work required by Scottish Canals. It is likely that the project will require multi discipline design input through RIBA stages 0 to 6 although some projects may require input at selected stage(s) only. Examples of previous work in this area is given in the tender documents.",
                "status": "active",
                "value": {
                    "amount": 2250000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 10
                },
                "selectionCriteria": {
                    "description": "Financial Information and Business Probity Questions (ESPD Question Set) Insurance Levels Fair Work Practices References Skills Experience Full details of the requirements and weightings of the objective criteria for choosing the limited number of candidates is contained in the documentation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be awarded with an initial contract period with an option to extend to a maximum contract period of five years."
                }
            },
            {
                "id": "2",
                "title": "Low Value or Risk Project Work",
                "description": "Lot 2 has been introduced as part of this framework to deliver more straightforward work that may only include selected delivery stages from the RIBA Plan of Work 2013 with a reduced number of design disciplines required. The type of work envisaged for this lot may include items such as drawing updates or internal layout plans.",
                "status": "active",
                "value": {
                    "amount": 250000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "Financial Information and Business Probity Questions (ESPD Question Set) Insurance Levels Fair Work Practices References Skills Experience Full details of the requirements and weightings of the objective criteria for choosing the limited number of candidates is contained in the documentation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be awarded with an initial contract period with an option to extend to a maximum contract period of five years."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 1,
            "maximumLotsAwardedPerSupplier": 1
        },
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "A range of delivery and performance KPIS will be included as part of the contract delivery requirements."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2019-02-20T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "For 4A.1 - If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. For 4A.2 - Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "For 4B.1 - Bidders are required to give information for the last 2 years. For 4B.2 - Bidders will be required to have an average yearly turnover of a minimum of 2,000,000 GBP for the last 2 years for Lot 1. For 4B.2 - Bidders will be required to have an average yearly turnover of a minimum of 200,000 GBP for the last 2 years for Lot 2. For 4B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10,000,000 GBP (Lot 1 and 2) Public Liability Insurance = 10,000,000 GBP (Lot 1 and 2) Professional Indemnity Insurance = 3,000,000 GBP (Lot 1) Professional Indemnity Insurance = 250,000 GBP (Lot 2)"
                },
                {
                    "type": "technical",
                    "description": "For 4.C.1 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. For 4.C.4 - Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. For 4.C.6 - Bidders will be required to confirm that their managerial staff have the relevant educational and professional qualifications needed to carry out the roles. For 4.C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 8,
                "periodRationale": "The unique nature of the canal network in Scotland including many heritage assets, scheduled ancient monuments, water control and containment installations, as well as unique structures such as The Falkirk Wheel. A longer framework period allows for time for all parties to gain a better understanding of these assets and provide better value for money through the framework."
            }
        },
        "classification": {
            "id": "71000000",
            "scheme": "CPV"
        },
        "reviewDetails": "Scottish Canals will incorporate a minimum 10 calendar day standstill period before entering into the contract at the point information on the award of the contract is communicated to tenderers. Any appeal should be directed to the contact details set out in VI.4.3) below. If an appeal regarding the award of a contract has not been successfully resolved, the regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the Sheriff Court or the Court of Session in Scotland. Where a contract has not been entered into the Court may order the setting aside of the contract award decision or order the Authority to amend any documents and may award damages. If the contract has already been entered into when the appeal is lodged, the Court may only award damages unless satisfied that one of the prescribed grounds for ineffectiveness applies.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "Framework will be re-tendered at end of contract period in 2024"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-20",
                "description": "Turnover Requirements Please be advised that there are no minimum turnover requirements for this framework. The levels stated in the contract notice were entered in error.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "For 4B.1 - Bidders are required to give information for the last 2 years. For 4B.2 - Bidders will be required to have an average yearly turnover of a minimum of 2,000,000 GBP for the last 2 years for Lot 1. For 4B.2 - Bidders will be required to have an average yearly turnover of a minimum of 200,000 GBP for the last 2 years for Lot 2"
                        },
                        "where": {
                            "section": "III.1.2",
                            "label": "Economic and financial standing"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "This framework agreement will run for a initial period of two years with the option to extend for additional periods up to a maximum of a total contract period, including extensions, of five years. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 11541. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Full details of Community Benefits are included as award criteria and will be published with the tender document. (SC Ref:551139)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000551139"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000551139"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}