Notice Information
Notice Title
01674 Framework Agreement for the Provision of a Quantity Surveying Service
Notice Description
The scope of the Framework Agreement is to provide quantity surveying services to support a wide range, type and complexity of construction, maintenance and refurbishment projects. These range in value from approximately 20K GBP to in excess of 50M GBP. The Services are required to be delivered in secure operational establishments, in locations across Scotland.
Lot Information
Lot 1
The procurement will follow the Restricted Procedure: Following publication of the Contract Notice, a European Single Procurement Document (ESPD) will be published by SPS and will be made available to bidders, along with SPS's supporting guidance document. Following the evaluation of the ESPD, shortlisted bidders will be provided with an Invitation to Tender (ITT). Tender responses will then be evaluated by SPS. SPS is using an e-Tendering System for this procurement exercise. The system is called Public Contract Scotland-Tender (PCS-T) and can be accessed via the Procurement Contracts Scotland (PCS) website. All documentation, including the ESPD (Scotland), is only available in electronic form and can be accessed via your web browser. Bidders are required to complete the Online Qualification and Technical ESPD (Scotland) Questionnaire on PCS-T.. Bidders 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.
Renewal: There will be an optional 12 month extension period
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000559811
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP365427
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71324000 - Quantity surveying services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Sep 20196 years ago
- Submission Deadline
- 26 Nov 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 8 Aug 20196 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
- SCOTTISH PRISON SERVICE
- Contact Name
- Jenny Cleworth, SPS Procurement
- Contact Email
- jennifer.cleworth@sps.pnn.gov.uk, spsprocurementcmt@sps.pnn.gov.uk
- Contact Phone
- +44 1313303778
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 9HW
- 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
- TLM Scotland
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Drum Brae/Gyle
- Westminster Constituency
- Edinburgh West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335181
01674 Framework Agreement for the Provision of a Quantity Surveying Service - The scope of the Framework Agreement is to provide quantity surveying services to support a wide range, type and complexity of construction, maintenance and refurbishment projects. These range in value from approximately 20K GBP to in excess of 50M GBP. The Services are required to be delivered in secure operational establishments, in locations across Scotland. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP365427
01674 Framework Agreement for the Provision of a Quantity Surveying Service - The scope of the Framework Agreement is to provide quantity surveying services to support a wide range, type and complexity of construction, maintenance and refurbishment projects. These range in value from approximately 20K GBP to in excess of 50M GBP. The Services are required to be delivered in secure operational establishments, in locations across Scotland.
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-r6ebe6-0000559811-2019-09-04T00:00:00Z",
"date": "2019-09-04T00:00:00Z",
"ocid": "ocds-r6ebe6-0000559811",
"initiationType": "tender",
"parties": [
{
"id": "org-23",
"name": "Scottish Prison Service",
"identifier": {
"legalName": "Scottish Prison Service"
},
"address": {
"streetAddress": "Calton House, 5 Redheughs Rigg",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH12 9HW"
},
"contactPoint": {
"name": "Jenny Cleworth",
"email": "Jennifer.Cleworth@sps.pnn.gov.uk",
"telephone": "+44 1313303778",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
},
{
"id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"scheme": "TED_CA_TYPE"
},
{
"id": "Prison Service",
"scheme": "COFOG"
},
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.sps.gov.uk"
}
},
{
"id": "org-218",
"name": "Scottish Prison Service",
"identifier": {
"legalName": "Scottish Prison Service"
},
"address": {
"streetAddress": "Calton House, 5 Redheughs Rigg",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH12 9HW"
},
"contactPoint": {
"name": "SPS Procurement",
"email": "spsprocurementcmt@sps.pnn.gov.uk",
"telephone": "+44 1313303778",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
}
],
"url": "http://www.sps.gov.uk"
}
},
{
"id": "org-219",
"name": "Currie & Brown",
"identifier": {
"legalName": "Currie & Brown"
},
"address": {
"streetAddress": "140 West George Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 2HG"
},
"contactPoint": {
"telephone": "+44 1413422120"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-220",
"name": "Thomson Gray",
"identifier": {
"legalName": "Thomson Gray"
},
"address": {
"streetAddress": "5 Thistle Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH2 1DF"
},
"contactPoint": {
"telephone": "+44 7740871420"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-221",
"name": "Faithful+Gould",
"identifier": {
"legalName": "Faithful+Gould"
},
"address": {
"streetAddress": "200 Broomielaw",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G1 4RU"
},
"contactPoint": {
"telephone": "+44 1412202393"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
}
],
"buyer": {
"name": "Scottish Prison Service",
"id": "org-218"
},
"tender": {
"id": "01674",
"title": "01674 Framework Agreement for the Provision of a Quantity Surveying Service",
"description": "The scope of the Framework Agreement is to provide quantity surveying services to support a wide range, type and complexity of construction, maintenance and refurbishment projects. These range in value from approximately 20K GBP to in excess of 50M GBP. The Services are required to be delivered in secure operational establishments, in locations across Scotland.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71324000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2018-11-26T12:00:00Z"
},
"documents": [
{
"id": "OCT335181",
"documentType": "contractNotice",
"title": "01674 Framework Agreement for the Provision of a Quantity Surveying Service",
"description": "The scope of the Framework Agreement is to provide quantity surveying services to support a wide range, type and complexity of construction, maintenance and refurbishment projects. These range in value from approximately 20K GBP to in excess of 50M GBP. The Services are required to be delivered in secure operational establishments, in locations across Scotland.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335181",
"format": "text/html"
},
{
"id": "SEP365427",
"documentType": "awardNotice",
"title": "01674 Framework Agreement for the Provision of a Quantity Surveying Service",
"description": "The scope of the Framework Agreement is to provide quantity surveying services to support a wide range, type and complexity of construction, maintenance and refurbishment projects. These range in value from approximately 20K GBP to in excess of 50M GBP. The Services are required to be delivered in secure operational establishments, in locations across Scotland.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP365427",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The procurement will follow the Restricted Procedure: Following publication of the Contract Notice, a European Single Procurement Document (ESPD) will be published by SPS and will be made available to bidders, along with SPS's supporting guidance document. Following the evaluation of the ESPD, shortlisted bidders will be provided with an Invitation to Tender (ITT). Tender responses will then be evaluated by SPS. SPS is using an e-Tendering System for this procurement exercise. The system is called Public Contract Scotland-Tender (PCS-T) and can be accessed via the Procurement Contracts Scotland (PCS) website. All documentation, including the ESPD (Scotland), is only available in electronic form and can be accessed via your web browser. Bidders are required to complete the Online Qualification and Technical ESPD (Scotland) Questionnaire on PCS-T.. Bidders 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.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "It is intended to invite a maximum of 5 bidders to the invitation to tender stage. These bidders shall have: a) submitted a compliant submission, comprising the completed ESPD; b) satisfied the relevant selection criteria under the exclusion grounds; c)Achieved the required standards with respect to: (i) Minimum Standards of Eligibility - provided evidence of working on specified types of projects; and (ii) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional ability. d) Quality, environmental and health and safety management systems in place; e) gained a PASS in respect of the financial and economic evaluation; f) achieved the first, second, third, fourth and fifth highest total weighted scores"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "There will be an optional 12 month extension period"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2018-12-10T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The bidder is enrolled in the relevant professional or trade registers kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015)."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum yearly turnover of GBP250K for the last 3 years in the business area covered by the contract.",
"minimum": "Employers Liability insurance GBP5m Public Liability insurance GBP1m Professional Indemnity GBP1m"
},
{
"type": "technical",
"description": "ESPD Question 4C.1.2 - 50% Bidders shall demonstrate their ability to provide the full range of services as required in the contract. Where possible, the projects shall relate to relevant work on secure environment projects. As a minimum the projects shall cover the same type work required by the Collaborative Partners. Bidders shall provide a summary of 3 completed projects (delivered in the last three years). Ideally the projects selected would reflect a: a) New build facility in the value range 25 - 50 million GBP; b)Refurbishment of an existing building in the value range 200-500k GBP; and c) Building and security services contract undertaken within an operational and secure facility. Maximum of 2 sides of A4 page per project example (including any photographs and illustrations).(Weighting 30%) Bidders shall provide a summary which demonstrates their ability to undertake and manage a Quantity Surveying Service on a variety of type, size and complexity of construction projects on sites located throughout Scotland. Applicants should also identify any particular attribute that the organisation possesses that will add value to the effective cost delivery of the Collaborative Partner's projects. The applicant's response will be limited to one side of A4, including photographs/illustrations as appropriate. (Weighting 20%) ESPD Question 4C.2 - 40% Bidders are required to provide details of key personnel for the following roles, who would provide the services required under this Framework Agreement. 1) Framework Manager (person responsible for delivery of service - for information only);and 2) Quantity Surveyors (minimum of 4Nr. persons) Bidders shall identify named individuals and provide a full CV for each (max 1 side of A4) including the following as a minimum: (a)Name of Individual; (b)Relevant qualification(s); (c)Membership of a corporate body (e.g. RICS, RIBA, CIOB, etc.); (d)Their position in the organisation; (e)Authority/responsibility delegated to role; and (f)Details of similar/relevant projects demonstrating experience and indicating the precise role the individual played in the project. Bidders shall also include supporting reasons for selecting the key personnel. Bidders shall evidence their suitability to the specific role, based on their previous experience. The supporting information should also be no more than 1 side of an A4 page. ESPD Question 4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: \"RICS Regulated Firm\" of Chartered Quantity Surveyors to the Commercial Market Sector (UK or International) as currently recorded (at the time of ESPD return) on the Royal Institution of Chartered Surveyors Website. https://www.ricsfirms.com/ ESPD Question 4C.7 Bidders shall detail if their environmental management measures is an in-house developed or externally accredited system developed in line with the principles of the ISO 14001, EMAS, BS8555:2003 or equivalent accreditation schemes. ESPD Question 4C.8.1 - For Information Only In response to ESPD question 4.C.8.1, bidders will be required to confirm their average annual manpower for the last 3 years. ESPD Question 4C.12 - 10% Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards - ISO 9001 The bidder shall detail what steps have been undertaken to ensure appropriate quality control management standards have been consistently applied by the organisation within previous work or projects of a similar nature. The bidder shall state how they have ensured compliance with their organisation's quality standard statement or policy. The response should provide a clear explanation of how the quality is administered and audited by the organisation."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"classification": {
"id": "71324000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The Quantity Surveyor will be required to assist and provide advice on financial aspects of building projects from inception to completion across a wide range of building project types and values. The core service required is to: (a) Provide initial and robust cost estimates; (b) Provide detailed cost plans; (c) Monitor and challenge design development against cost plan; (d) Produce accurate and comprehensive financial reports; (e) Undertake interim valuations; and (f) Produce, negotiate and agree final accounts. In addition, assistance, input and advice will also be required with regard to: (a) Provide strategic advice (e.g. clustering of work requirements, contract approach, etc. ;) (b) Value Management; (c) Risk assessments; (d) Whole Life Cycle Costs; and (e) Cost analysis and Benchmark Costs. The Framework Agreement will be available for use by the Scottish Prison Service and Highlands and Islands Enterprise. Bidders will also be required to comply with and ensure that their operational instructions processes and procedures and the delivery of the services comply with the relative regulatory legislative obligations including, but not limited to, those relating to Health and Safety, Employment, Data Protection, Quality Legislation, Human Rights, Construction (Design and Management) Regulations 2015, General Data Protection Regulations and, if applicable, Cyber Resillience. These will also be evaluated as part of the award criteria. Technical and Professional Ability Scoring Criteria: For all questions except those which are \"For information only\" or are indicated to be \"Pass / Fail\" the technical scores for individual questions will be awarded on a sliding scale of 0 to 10 where 0 is non-compliant and 10 is an answer which is deemed to be fully compliant: 0 - Inadequate: Nil or wholly inadequate response to some or all of the stated requirements. Bidder fails to meet stated minimum criteria for the requirement (this may include not meeting minimum qualifying requirements from the Contract Notice). The lack of clarity within the bid is assessed to present an unacceptable level of risk to the SPS. 1-3 - Low: Overall the bidder's response is limited and/or only partly relevant, and generally weak/poor against the stated requirements. The response fails to address some elements of the stated requirements, and/or contains insufficient / limited detail or explanation to demonstrate how the requirement will be fulfilled in an SPS operating context. 4-7 - Medium: The bidder has provided a relevant and generally acceptable response which demonstrates capability against the stated requirement. Bid is sufficiently detailed to demonstrate a good understanding of the SPS requirements. Provides assurance that the bidder could reasonably deliver the requirement however some lack of clarity and weaker responses. 8-10 - High: The bidder has provided a very good response which is fully relevant and captures the SPS's requirement. Bid is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement. Provides a very good level of explanation. (SC Ref:596696)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559811"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559811"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "01674",
"suppliers": [
{
"id": "org-219",
"name": "Currie & Brown"
},
{
"id": "org-220",
"name": "Thomson Gray"
},
{
"id": "org-221",
"name": "Faithful+Gould"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "01674",
"awardID": "01674",
"status": "active",
"dateSigned": "2019-08-08T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 207-472792"
}
],
"bids": {
"statistics": [
{
"id": "343",
"measure": "lowestValidBidValue",
"value": 432000
},
{
"id": "344",
"measure": "highestValidBidValue",
"value": 583000
},
{
"id": "345",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "346",
"measure": "lowestValidBidValue",
"value": 432000,
"relatedLot": "1"
},
{
"id": "347",
"measure": "highestValidBidValue",
"value": 583000,
"relatedLot": "1"
}
]
}
}