Notice Information
Notice Title
Project Management Services - National Robotarium
Notice Description
The University is seeking a Consultant for full Project Management Services, which will include Contract Administration services, for the UK's National Robotarium.
Lot Information
Lot 1
The University is seeking full project management consultancy services, which will include Contract Administration services, for the UK's National Robotarium.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000572029
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN343771
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Dynamic
- 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
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72224000 - Project management consultancy services
Notice Value(s)
- Tender Value
- £150,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 31 Jan 20197 years ago
- Submission Deadline
- 4 Mar 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 20 May 2019 - 30 Sep 2019 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HERIOT WATT UNIVERSITY
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- RICCARTON, EDINBURGH
- Postcode
- EH14 4AP
- 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
- Pentland Hills
- Westminster Constituency
- Edinburgh South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN343771
Project Management Services - National Robotarium - The University is seeking a Consultant for full Project Management Services, which will include Contract Administration services, for the UK's National Robotarium.
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-r6ebe6-0000572029-2019-01-31T00:00:00Z",
"date": "2019-01-31T00:00:00Z",
"ocid": "ocds-r6ebe6-0000572029",
"initiationType": "tender",
"parties": [
{
"id": "org-3",
"name": "Heriot Watt University",
"identifier": {
"legalName": "Heriot Watt University"
},
"address": {
"streetAddress": "Moyen House, Research Park North, Heriot-Watt University",
"locality": "Riccarton, Edinburgh",
"region": "UKM75",
"postalCode": "EH14 4AP"
},
"contactPoint": {
"email": "procurement@hw.ac.uk",
"telephone": "+44 1314514466",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://hw.ac.uk"
}
}
],
"buyer": {
"name": "Heriot Watt University",
"id": "org-3"
},
"tender": {
"id": "HWU/1829",
"title": "Project Management Services - National Robotarium",
"description": "The University is seeking a Consultant for full Project Management Services, which will include Contract Administration services, for the UK's National Robotarium.",
"status": "active",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "Riccarton Campus."
},
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 150000,
"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": "2019-03-04T12:00:00Z"
},
"documents": [
{
"id": "JAN343771",
"documentType": "contractNotice",
"title": "Project Management Services - National Robotarium",
"description": "The University is seeking a Consultant for full Project Management Services, which will include Contract Administration services, for the UK's National Robotarium.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN343771",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University is seeking full project management consultancy services, which will include Contract Administration services, for the UK's National Robotarium.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). Statements detailing the specific requirements can be found within the relevant sections of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed. The anticipated minimum number of Tenderers to be taken through is 5. ESPD Section 4 'C: Technical and Professional Ability' Question Scoring Methodology: 100 - Value Add: The Tenderer has provided an innovative methodology, thoroughly expanding of all key points listed in the question. The Tenderer has also provided detail of relevant value-add proposals or initiatives that they will provide to the project - i.e. process improvements, detailed recommendations, etc. 75 - Good: The Tenderer has provided a good, clear methodology, sufficiently detailing all the key points listed in the question. The Tenderer demonstrates a good understanding of all the requirements of the project and provides assurance that all requirements will be fulfilled by the Tenderer throughout the Contract. 50 - Acceptable: The Tenderer has provided an acceptable methodology, addressing most of the key points listed in the question - or - the Tenderer has addressed the key points however lacks some essential details specific to this project. 25 - Minor Concerns: The Tenderer has provided an inadequate methodology. The Tenderer has failed to address a number of the key points listed in the question - or - the submission lacks most of the essential detail required for this specific project. The response does not provide confidence that the requirements will be met. 0 - Major Concerns: The Tenderer has failed to address the question OR has submitted a NIL response. The response gives cause for major concern that the project's requirements will not be met."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2019-05-20T00:00:00Z",
"endDate": "2019-09-30T00:00:00Z"
},
"hasRenewal": false
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Contractors must provide management information when requested by the University throughout the life of the Contract."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2019-03-19T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships. This includes the requirement of particular authorisation or memberships of either RICS, RIBA, CIOB, APM or equivalent. Bidders must confirm they can provide the following supporting evidence at point of award. Please refer to Selection Criteria: Question A of Part IV [ESPD]."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum \"general\" yearly turnover of 300,000 GBP for the last 2 years. 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. The successful bidder will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Contractor's economic and financial standing. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract , the types and levels of insurance listed below. Please note that these levels are 'for each and every claim' and there will be no limit of liability accepted. Bidders also must confirm they can provide the following supporting evidence at point of award.",
"minimum": "Turnover requirements: Bidders will be required to have a minimum \"general\" yearly turnover of 300,000 GBP for the last 2 years. Insurance requirements: - Employer's (Compulsory) Liability Insurance = 5,000,000 GBP - Professional Indemnity Insurance = 5,000,000 GBP - Public Liability Insurance = 5,000,000 GBP"
},
{
"type": "technical",
"description": "Please refer to these statements when completing section 4C of the ESPD (Scotland). Selection Question Weighting and Statements.",
"minimum": "4C.1. (Question Weighting 75%): 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. Projects should align with the scope and brief of this project. Each project should include the following: - Project name; - Project date; - Appointment and contraction contract type; - Project value; and - Project description including size, location and client; and - Named referee. Although projects completed within the last 3 years is preferred, projects completed within the last 5 years will also be accepted. Each project will be given an equal weighting of 25%. 4C.1. (Question Weighting 25%): Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications, or their equivalents. Responses should include key staff CVs of the proposed team and those responsible for delivery of this project. Responses should include: Director/Partner in Charge (reporting directly to the University's Stakeholder team); Project Manager; Assistant Project Manager."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasDynamicPurchasingSystem": true
},
"classification": {
"id": "72224000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "In Stage 2 - Invitation to Tender, Tenderers will be asked to confirm that they are in a position to submit Form of Tender, Freedom of Information, Bona Fide Tender, Parent Company Guarantee (if applic), and Supply Chain Code of Conduct prior to award. These forms are for information only and will not be scored. In Stage 2 - Invitation to Tender, the Successful Tenderer must confirm they comply with Modern Slavery Act 2015. Where the capability & capacity of a subcontractor, members of a consortia or any other body will be relied on to meet the selection criteria, separate ESPD are required from each of those other parties relied on. Where subcontractors are to be used but their capability & capacity are not relied on, the University may choose to request separate ESPD. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. A Parent Company Guarantee will be required if the organisation is a private or public company and the Tenderer is a subsidiary company, or for any subsidiary companies that are members of a consortium. The Successful Consultant will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Consultant's economic and financial standing. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 12850. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:572029)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000572029"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}