Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Clydesdale Housing Association Ltd
39 North Vennel
Lanark
ML11 7PT
UK
Telephone: +44 1555665316
E-mail: info@clydesdale.co.uk
NUTS: UKM95
Internet address(es)
Main address: www.clydesdale-housing.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15565
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://www.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Quantity Surveying (QS), Building Surveyor (BS) and Principal Designer (PD) Services
II.1.2) Main CPV code
71315000
II.1.3) Type of contract
Services
II.1.4) Short description
Quantity Surveying (QS), Building Surveyor (BS) and Principal Designer (PD) Services for Cyclical and Planned Projects. The Measured Term Contract (MTC) will be for a maximum period of 5 years; it will initially run till 2025 to 2028 with the option to extend for a further 2 x single 12-month periods at Clydesdale Housing Associations discretion to have a phased approach to deliver each year’s programme.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71324000
II.2.3) Place of performance
NUTS code:
UKM95
II.2.4) Description of the procurement
The successful consultant must be able to deliver Quantity Surveyor Services, Building Surveyor Services and Principal Designer Services on all projects as set out in APPENDIX A: SPECIFICATION AND SCOPE OF SERVICE (at the end of this ITT) and the Supplementary Requirements as set out in the ITT.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60%
Cost criterion: Cost of Service
/ Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The Framework will be for a period of 5 years; it will initially run for 3 years and then will have the option to extend for a further 2 single 12-month periods at The Association discretion.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Any additional services required in connection with QS, BS and PD services with CHA operating activities.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
As set out in the ITT
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
List and brief description of conditions:
As set out in the ITT
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
As set out in the ITT - RICS
III.2.2) Contract performance conditions
As per attached KPIs
III.2.3) Information about staff responsible for the performance of the contract
Obligation 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 procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/06/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
30/06/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
As per the ITT
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Please ensure that you comprehensively read and understand all the ITT and associated documents and submit the requested information and supporting documents as required.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=800313.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
As per ITT and CB clause
(SC Ref:800313)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
UK
VI.5) Date of dispatch of this notice
30/05/2025