Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

CR-H0312 — Framework Agreement for Professional Services for Planned Maintenance Programme 2019-2022

  • First published: 10 May 2019
  • Last modified: 10 May 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Hanover (Scotland) Housing Association
Authority ID:
AA20849
Publication date:
10 May 2019
Deadline date:
10 June 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Architects services for planned maintenance projects.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Hanover (Scotland) Housing Association

95 McDonald Road

Edinburgh

EH7 4NS

UK

Telephone: +44 1315570598

E-mail: cpt@hanover.scot

Fax: +44 1315577424

NUTS: UKM

Internet address(es)

Main address: http://www.hanover.scot

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12742

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:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

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

CR-H0312 — Framework Agreement for Professional Services for Planned Maintenance Programme 2019-2022

Reference number: CR-H0312

II.1.2) Main CPV code

71315210

 

II.1.3) Type of contract

Services

II.1.4) Short description

Hanover seeks to establish a Framework Agreement for the provision of professional services for planned maintenance projects across Scotland.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 6

II.2) Description

Lot No: 1

II.2.1) Title

Architect Services — North

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

North SCOTLAND.

II.2.4) Description of the procurement

Architects services for planned maintenance projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Architect Services — South

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

South Scotland

II.2.4) Description of the procurement

Architect services for planned maintenance projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Principal Designer Services - North

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Scotland - North

II.2.4) Description of the procurement

Principal Designer Services for planned maintenance projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / 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: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Principal Designer Services - South

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

South Scotland

II.2.4) Description of the procurement

Principal Designer Services - South

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Project Manager Services - North

II.2.2) Additional CPV code(s)

72224000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

North Scotland

II.2.4) Description of the procurement

Project Manager Services for planned maintenance projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Project Manager Services - South

II.2.2) Additional CPV code(s)

72224000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Project Manager Services for planned maintenance projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Quantity Surveyor Services - North

II.2.2) Additional CPV code(s)

71324000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Quantity Surveyor services for planned maintenance projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Quantity Surveyor Services - South

II.2.2) Additional CPV code(s)

71324000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Quantity Surveyor services - South

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Building Surveyor Services - North

II.2.2) Additional CPV code(s)

71315300

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

North Scotland

II.2.4) Description of the procurement

Quantity Surveyor Services for planned maintenance projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

Building Surveyor Services - South

II.2.2) Additional CPV code(s)

71315300

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Building Surveyor Services for planned maintenance projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 11

II.2.1) Title

Structural and Civil Engineer Services - North

II.2.2) Additional CPV code(s)

71312000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Structural and Civil Engineer Services for planned maintenance projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 12

II.2.1) Title

Structural and Civil Engineer Services - South

II.2.2) Additional CPV code(s)

71311000

71311100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Structural and Civil Engineer Services for planned maintenance projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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:

ESPD 4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

ESPD 4A.2 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 services. Bidders must confirm if they hold the particular authorisation or memberships.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

ESPD B.5.1 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 level(s) of standards required:

— employers (compulsory) liability insurance: minimum of 5 000 000 GBP,

— public liability insurance: minimum of 2 000 000 GBP,

Professional indemnity insurance:

— Lots 1, 2, 3, 4, 11 and 12: minimum of 5 000 000 GBP,

— Lots 5, 6, 7, 8, 9 and 10: minimum of 2 000 000 GBP.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

ESPD 4C.1.2 Bidders are required to provide examples of services carried out in the past 3 years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Contract Notice.

ESPD 4D.1 Quality management procedures (see below).

ESPD 4D.1 Health and Safety (see below).


Minimum level(s) of standards required:

ESPD 4C.1.2 Bidders are required to provide 2 examples demonstrating experience in providing the relevant services on projects of a similar scope, size and nature. Answers should be no more than 3 A4 pages/1 500 words.

ESPD 4D.1 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 the bidder must have 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.

4D.1 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 the bidder must have 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 5 employees are not required by law to have a documented policy statement.

III.2) Conditions related to the contract

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 36

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 177-401235

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 10/06/2019

Local time: 17:00

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: 11/06/2019

Local time: 09:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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.

ESPD: Tenderers should submit a separate ESPD for each lot being tenderered for.

ITT: Tenderers should ensure their submissions clearly identify which lots(s) are being tendered for and a separate response submitted for criteria B-D for each lot(s) being tendered for.

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=578551.

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.

(SC Ref:578551)

VI.4) Procedures for review

VI.4.1) Review body

Hanover (Scotland) Housing Association

95 McDonald Road

Edinburgh

EH7 4NS

UK

Telephone: +44 1315570598

Fax: +44 1315577424

Internet address(es)

URL: http://www.hanover.scot

VI.5) Date of dispatch of this notice

06/05/2019

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71315210 Building services consultancy services Building services
71315300 Building surveying services Building services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311100 Civil engineering support services Civil engineering consultancy services
72224000 Project management consultancy services Systems and technical consultancy services
71324000 Quantity surveying services Engineering design services
71312000 Structural engineering consultancy services Consultative engineering and construction services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
cpt@hanover.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.