{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000498041-2017-09-29T00:00:00Z",
    "date": "2017-09-29T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000498041",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-3",
            "name": "SRUC",
            "identifier": {
                "legalName": "SRUC"
            },
            "address": {
                "streetAddress": "Kings Buildings, West Mains Road",
                "locality": "Edinburgh",
                "region": "UKM25",
                "postalCode": "EH9 3JG"
            },
            "contactPoint": {
                "name": "William Connelly",
                "email": "william.connelly@sruc.ac.uk",
                "telephone": "+44 01315354384",
                "faxNumber": "+44 01315354314",
                "url": "https://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Education, Research & Consultancy",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.sruc.ac.uk"
            }
        },
        {
            "id": "org-18",
            "name": "SRUC",
            "identifier": {
                "legalName": "SRUC"
            },
            "address": {
                "streetAddress": "Kings Buildings, West Mains Road",
                "locality": "Edinburgh",
                "region": "UKM25",
                "postalCode": "EH9 3JG"
            },
            "contactPoint": {
                "name": "William Connelly",
                "email": "william.connelly@sruc.ac.uk",
                "telephone": "+44 01315354384",
                "faxNumber": "+44 01315354314",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.sruc.ac.uk"
            }
        },
        {
            "id": "org-74",
            "name": "SRUC",
            "identifier": {
                "legalName": "SRUC"
            },
            "address": {
                "streetAddress": "Kings Buildings, West Mains Road",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH9 3JG"
            },
            "contactPoint": {
                "email": "procurement@sruc.ac.uk",
                "telephone": "+44 01315354384",
                "faxNumber": "+44 01315354314",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Education, Research & Consultancy",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.sruc.ac.uk"
            }
        }
    ],
    "buyer": {
        "name": "SRUC",
        "id": "org-74"
    },
    "tender": {
        "id": "10500/BC/2017",
        "title": "The Provision of Architectural Services to SRUC",
        "description": "With the quantity of estates capital projects expected to increase within the next few years, SRUC has considered the best approach to resourcing projects. The preferred approach is to adopt the traditional direct architect's appointment, where an architect is directly appointed at project inception to lead the briefing process with client and stakeholder groups (perhaps the most important factor to a projects success), design development, and delivery of the project.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71220000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71222000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71223000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71240000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "SRUC Kings Buildings Edinburgh EH9 3JG"
                },
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-07-17T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-07-19T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN284986",
                "documentType": "contractNotice",
                "title": "The Provision of Architectural Services to SRUC",
                "description": "With the quantity of estates capital projects expected to increase within the next few years, SRUC has considered the best approach to resourcing projects. The preferred approach is to adopt the traditional direct architect's appointment, where an architect is directly appointed at project inception to lead the briefing process with client and stakeholder groups (perhaps the most important factor to a projects success), design development, and delivery of the project.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN284986",
                "format": "text/html"
            },
            {
                "id": "JUN284986-1",
                "title": "Invitation to Tender. (ITT)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284986&idx=1",
                "datePublished": "2017-06-05T09:01:53Z",
                "dateModified": "2017-06-05T09:01:53Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN284986-2",
                "title": "European Single Procurement Document (ESPD)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284986&idx=2",
                "datePublished": "2017-06-05T09:01:54Z",
                "dateModified": "2017-06-05T09:01:54Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT296960",
                "documentType": "awardNotice",
                "title": "The Provision of Architectural Services to SRUC",
                "description": "With the quantity of estates capital projects expected to increase within the next few years, SRUC has considered the best approach to resourcing projects. The preferred approach is to adopt the traditional direct architect's appointment, where an architect is directly appointed at project inception to lead the briefing process with client and stakeholder groups (perhaps the most important factor to a projects success), design development, and delivery of the project.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT296960",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "With the quantity of estates capital projects expected to increase within the next few years, SRUC has considered the best approach to resourcing projects. The preferred approach is to adopt the traditional direct architect's appointment, where an architect is directly appointed at project inception to lead the briefing process with client and stakeholder groups (perhaps the most important factor to a projects success), design development, and delivery of the project. They will lead the design team through all 8 stages of the RIBA plan of work to help complete the project effectively and efficiently, explore ways in which to optimise our built assets and deliver greater value for money. We seek to identify 4-6 architectural practices to join an architect's framework, working in partnership with SRUC.. The statement for an OJEU notice: Economic operators 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",
                "value": {
                    "amount": 1000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2017-07-19T12:00:00Z",
            "address": {
                "streetAddress": "Kings Buildings Edinburgh."
            }
        },
        "communication": {
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "(ESPD 4A.1 & 4 A.2 refers) Bidders must confirm if they are ARB and RIAS/RIBA or equivalent Registered Architects. This is a requirement of this contract."
                },
                {
                    "type": "economic",
                    "description": "(ESPD 4B.1.2 refers) Bidders will be required to have an average yearly turnover of a minimum of GBP 2,000,000 for the last 3 years. (ESPD 4B.3 refers) 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 or started trading. (ESPD 4B.4 refers)Bidders will be required to state the value(s) for the following financial ratio(s): Current, Debtors and Creditors ratio. The ratios will be calculated as follows: Current = Current Assets / Current Liabilities Debtors Days = (Debtors/Sales) x 365 Creditor Days = (Creditors/Purchases) x 365 (ESPD 4B.5.1 refers) 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.",
                    "minimum": "(ESPD 4B.4 refers) The acceptable range for each financial ratio is: Current Ratio: >1.5 Debtors Days Ratio: <45 days Creditors Days Ratio: <45 days. Where the Bidder fails to achieve the stated minimum standards, they will be subject to further checks, which may include assessment of accounts or use of a body such as Creditsafe. (ESPD 4B.5.1refers)Employer's (Compulsory) Liability Insurance = GBP 5,000,000 Public Liability Insurance = GBP 5,000,000 Professional Indemnity Insurance = GBP 3,000,000"
                },
                {
                    "type": "technical",
                    "description": "(ESPD 4C.1.2 refers)Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Invitation to Tender document. Examples provided shall be used for reference only and will not be subject to scoring as part of the tender evaluation."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 6
            }
        },
        "classification": {
            "id": "71200000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "SRUC will retender 2021."
        },
        "amendments": [
            {
                "id": "amd-19",
                "description": "Initial date of 17/07/2017 was incorrect.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2017-07-17T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2017-07-19T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2017-07-19T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2017-07-19T12:30:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "Bidders should note that Group, Consortium, or similar bids will be excluded. Bidders should note that submissions which include Sub-Contractors will be excluded. (ESPD 4D.1 refers)Quality Management 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), OR A documented policy 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, which 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. Note - Organisations with fewer than five employees are not required by law to record risk assessments. (ESPD 4D.2 refers) 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. OR, A regularly reviewed and documented policy 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. ***Bidders are required to complete the ESPD as well as the ITT. The evaluation criteria will include emphasis on Quality and Technical capability as well as Price with respective Quality and Price weighting ratios' at 90%/10%. The aim of the evaluation is to select the tender(s) which represent(s) the most economically advantageous tender. The Technical Analysis will ensure that Tenderers have met the minimum criteria set down in the Specification and Tender Schedules. *Pricing: The following scoring system will be used to evaluate tender responses in relation to cost (ITT Schedule 4): *From all tenders received the lowest sustainable cost will be awarded the maximum score and all other tenders will be ranked against this cost. *Evaluation of tenders received will be carried out by a member of SRUC Properties and Estate Group and Procurement Management team under the direction of SRUC's Finance Director. *The pricing element carries a 10% weighting. *Tenderers should note the maximum word count for each section, if indicated. *The Specification is detailed in the Schedule 2 of the ITT. *Please note that 4 to 6 Suppliers' will be selected to provide this service. *It should be noted that SRUC reserves the right to vary the selected numbers. (SC Ref:513621)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000498041"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000498041"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000498041"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "2017/S 107-215277",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "2017/S 107-215277",
            "awardID": "2017/S 107-215277",
            "status": "active",
            "dateSigned": "2017-09-19T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 107-215277"
        }
    ]
}