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