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