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

Framework for Professional Services for New Build and Refurbishment Programmes

  • First published: 05 September 2018
  • Last modified: 05 September 2018

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:
05 September 2018
Deadline date:
03 October 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Principal Designer services for new build and refurbishment programmes.

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

Contact person: Yvonne Anderson

Telephone: +44 1315570598

E-mail: yanderson@hanover.scot

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

Framework for Professional Services for New Build and Refurbishment Programmes

II.1.2) Main CPV code

71200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Hanover is seeking to create a framework agreement for professional services for new builds and refurbishment programmes which will be split into lots for the different types of services required.

II.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Architects Services

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Architects services for new build and refurbishment programmes.

II.2.5) Award criteria

Criteria below:

Quality criterion: Expertise / Weighting: 40

Quality criterion: Capacity/Capability / Weighting: 15

Quality criterion: Procedures/Quality Assurance / Weighting: 15

Cost criterion: Ultimate cost / Weighting: 30

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

Principal Designer Services

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Principal Designer services for new build and refurbishment programmes.

II.2.5) Award criteria

Criteria below:

Quality criterion: Expertise / Weighting: 40

Quality criterion: Capacity/Capability / Weighting: 15

Quality criterion: Procedures/Quality Assurance / Weighting: 15

Cost criterion: Ultimate cost / Weighting: 30

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

Project Manager Services

II.2.2) Additional CPV code(s)

71541000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Project Manager services for new build and refurbishment programmes.

II.2.5) Award criteria

Criteria below:

Quality criterion: Expertise / Weighting: 40

Quality criterion: Capacity/Capability / Weighting: 15

Quality criterion: Procedures/Quality Assurance / Weighting: 15

Cost criterion: Ultimate cost / Weighting: 30

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: 4

II.2.1) Title

Quantity Surveyor services

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 surveying services for new build and refurbishment programmes.

II.2.5) Award criteria

Criteria below:

Quality criterion: Expertise / Weighting: 40

Quality criterion: Capacity/Capability / Weighting: 15

Quality criterion: Procedures/Quality Assurance / Weighting: 15

Cost criterion: Ultimate cost / Weighting: 30

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

Employer's Agent Services

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Employer's Agent services for new build and refurbishment programmes.

II.2.5) Award criteria

Criteria below:

Quality criterion: Expertise / Weighting: 40

Quality criterion: Capacity/Capability / Weighting: 15

Quality criterion: Procedures/Quality Assurance / Weighting: 15

Cost criterion: Ultimate cost / Weighting: 30

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

Structural and Civil Engineer Services

II.2.2) Additional CPV code(s)

71311000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Structural and civil engineering services for new build and refurbishment programmes.

II.2.5) Award criteria

Criteria below:

Quality criterion: Expertise / Weighting: 40

Quality criterion: Capacity/Capability / Weighting: 15

Quality criterion: Procedures/Quality Assurance / Weighting: 15

Cost criterion: Ultimate cost / Weighting: 30

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.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders will be required to provide their general annual turnover for the previous 3 financial years.

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below.


Minimum level(s) of standards required:

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.

Minimum Insurance Levels required or commit to obtain:

— Employer's (Compulsory) Liability Insurance minimum of 5 000 000 GBP,

— Public Liability Insurance minimum of 2 000 000 GBP,

— Professional Indemnity Insurance minimum of 5 000 000 GBP for Lots 1, 2 and 6,

— Professional Indemnity Insurance minimum of 2 000 000 GBP for Lots 3, 4 and 5,

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice.

Bidders will be required to provide the educational and professional qualifications of their managerial staff.


Minimum level(s) of standards required:

Bidders will be required to provide three examples of previous contracts which must be for Registered Social Landlords or Local Authorities, in Scotland that demonstrates they have the experience of working to deliver the services as described in part II.2.4 of the OJEU Contract Notice.

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 145-331909

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

Date: 03/10/2018

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: 03/10/2018

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:

June 2022

VI.3) Additional information

ESPD — Please note that a separate ESPD must be submitted for each Lot you are tendering for as there are different requirements for each Lot. The ESPDs submitted must provide details within Part IV (selection criteria)which are relevant to the specific Lot you are bidding for.

ITT — Please ensure your ITT submission clearly identifies which Lot/s you are bidding for and separate responses are submitted for criteria b - d for each Lot you are bidding 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=554904.

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:554904)

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

03/09/2018

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71541000 Construction project management services Construction management services
71324000 Quantity surveying services Engineering design 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:
yanderson@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.