Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Paisley Museum Reimagined Project – Multi-Disciplinary Design Team.
Reference number: RC-CPU-17-073
II.1.2)Main CPV code71220000
II.1.3)Type of contractServices
II.1.4)Short description:
The procurement is for an (architect-led) Multidisciplinary Design Team (MDDT) for the 42m GBP extension, renovation and refurbishment of Paisley Museum. The aim of Paisley Museum Re-Imagined project is to provide a visitor experience of international quality, which tells the inspirational stories of Paisley, its heritage and its pattern. The transformation of the Paisley Museum is underpinned by a series of high-level strategic project aims that will turn it into a:
— Leading European museum – telling the story of Paisley as a pattern and a town,
— Visitor destination drawing its audience from Scotland, UK and overseas,
— Platforming institution for learning, skills development, innovation and research,
— Community resource at the heart of Paisley’s local life.
II.1.5)Estimated total valueValue excluding VAT: 2 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)71312000
71420000
71311000
71321000
71220000
II.2.3)Place of performanceNUTS code: UKM83
Main site or place of performance:
II.2.4)Description of the procurement:
The (architect-led) Multidisciplinary Design Team will be responsible for designing a High Street-facing extension to deliver a bold new café, shop and reception, to resolve the current building’s problematic vertical circulation, remove accretions and reinstate public areas, renew the services and refurbish the buildings. The refurbished and extended Museum cannot be a modest municipal makeover and will have to punch above its weight in order to attract visitors from further afield whilst maintaining a sense of ownership for the local communities and to do justice to Paisley’s radical reputation. The project represents an exciting opportunity to alter and extend a fine neo-Classical building to respond to a unique collection, history and to deliver a fully 21st-century facility that places the visitor at its heart.
The architect-led Multidisciplinary Design Team (MDDT) will deliver the following services from RIBA Stage 2 to 6:
— Architect (lead consultant),
— Structural Engineer,
— Building Services Engineer,
— Principal Designer,
— Contract Administrator,
— Landscape Architect,
— Conservation Architect,
— BIM Information Manager.
A full Scope of Services is available within the Public Contracts Scotland Tender platform.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated valueValue excluding VAT: 2 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/05/2018
End: 31/10/2022
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
4C.1.A – Museum/Gallery Design 35 %
4C.1.B – Listed Building Experience 25 %
4C.1.C – Innovative Design 25 %
4C.1.D – Consultation 5 %
4C.1.E – BIM 5 %
4C.1.F – Leading MDDT 5 %
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular professionExecution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
All Candidates must possess all relevant qualifications to undertake required services.
III.2.2)Contract performance conditions:
The Contract will include performance conditions relating to fair working practices and community benefits.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 17/01/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 25/01/2018
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyPlease see Section VI.4.3
Please see Section VI.4.3
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sherriff Court or the Court of Session.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:06/12/2017