loading
  • GB-G81 5BX Clydebank
  • 31.01.2017
  • Ausschreibung
  • (ID 2-251165)

Quantity Surveying and Principal Designer and CDM2015 Advisor Services Procurement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 31.01.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Wohnungsbau
    Art der Leistung Kostenmanagement / Objektplanung Gebäude / Bauleitung, Objektüberwachung / Projektsteuerung / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    Quantity Surveying and Principal Designer and CDM2015 Advisor Services Procurement.
    Leistungsumfang
    Clydebank Housing Association and Knowes Housing Association (the Employers)
    wish to enter into a joint procurement to appoint between one and three
    consultancies who have the required knowledge, skill, experience and qualifications
    to act as Quantity Surveyors, Principal Designers and CDM2015 Advisers to a
    Framework Agreement to provide these services for their Planned Maintenance
    Programme. The term of the Framework Agreement will be four years from April
    2017 to March 2021.
    The main categories of planned maintenance works which will be
    required are:
    Window Replacement, Central Heating and Bathroom Replacement
    Works.
    Bidders require to have experience of working on similar contracts in
    an occupied housing environment. Experience of procuring public
    contracts for their Clients using a publicly available web portal and a
    good knowledge of current public procurement legislation. The
    consultant will for most contracts to be procured be the only
    consultant appointed to the project.
    Adresse des Bauherren UK-G81 5BX Clydebank
    TED Dokumenten-Nr. 445454-2016

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Clydebank: Quantity surveying services

      2016/S 244-445454

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Knowes Housing Association Ltd
      10 Field Road, Faifley
      Clydebank
      G81 5BX
      United Kingdom
      Telephone: +44 1389877752
      E-mail: MTlnXWlcZVpfN2JlZm5caiVmaV4=
      NUTS code: UKM31

      Internet address(es):

      Main address: www.knowes.org

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11062

      I.1)Name and addresses
      Clydebank Housing Association
      77-83 Kilbowie Road
      Clydebank
      G81 1BL
      United Kingdom
      Telephone: +44 1419411044
      E-mail: MTdiZ19oOVxlcl1eW1pnZCZhWidoa2AnbmQ=
      NUTS code: UKM31

      Internet address(es):

      Main address: www.clydebank-ha.org.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16462

      I.2)Joint procurement
      The contract involves joint procurement
      In the case of joint procurement involving different countries, state applicable national procurement law:

       

      Clydebank Housing Association.

       

      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 submitted electronically via: 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:

       

      Quantity Surveying and Principal Designer and CDM2015 Advisor Services Procurement.

       

      II.1.2)Main CPV code
      71324000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Quantity Surveying and Principal Designer and CDM2015 Advisor Services Procurement.

       

      II.1.5)Estimated total value
      Value excluding VAT: 200 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71324000
      II.2.3)Place of performance
      NUTS code: UKM31
      Main site or place of performance:

       

      West Dunbartonshire.

       

      II.2.4)Description of the procurement:

       

      Clydebank Housing Association and Knowes Housing Association (the Employers)

      wish to enter into a joint procurement to appoint between one and three

      consultancies who have the required knowledge, skill, experience and qualifications

      to act as Quantity Surveyors, Principal Designers and CDM2015 Advisers to a

      Framework Agreement to provide these services for their Planned Maintenance

      Programme. The term of the Framework Agreement will be four years from April

      2017 to March 2021.

      The main categories of planned maintenance works which will be

      required are:

      Window Replacement, Central Heating and Bathroom Replacement

      Works.

      Bidders require to have experience of working on similar contracts in

      an occupied housing environment. Experience of procuring public

      contracts for their Clients using a publicly available web portal and a

      good knowledge of current public procurement legislation. The

      consultant will for most contracts to be procured be the only

      consultant appointed to the project.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting / Weighting: 70
      Price - Weighting: 30
      II.2.6)Estimated value
      Value excluding VAT: 200 000.00 GBP
      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
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

       

      This Procurement will be conducted through the use of the Restricted

      Procedure. All queries about this procurement must be made via the

      PCS messaging system.

      The process we will apply will be:

      — Statements including the specific requirements can be found within

      Section III.1.1, III.1.2 and III.1.3 of the Contract Notice.

      — Bidder's must pass the minimum standards sections of the ESPD

      (Scotland).

      Part III. and Section B of Part IV will be scored on a pass/fail basis, and

      Section C of Part IV of the ESPD (Scotland) will be scored in the following way:

      0 — Unacceptable. Nil or inadequate response. Fails to demonstrate

      previous experience/capacity/capability relevant to this criterion.

      1 — Poor. Response is partially relevant but generally poor. The

      response shows some elements of relevance to the criterion but

      contains

      insufficient/limited detail or explanation to demonstrate previous

      relevant experience/ capacity/capability.

      2 — Acceptable. Response is relevant and acceptable. The response

      demonstrates broad previous experience, knowledge and

      skills/capacity/capability but may lack in some aspects of similarity e.g.

      previous experience, knowledge or skills may not be of a similar nature.

      3 — Good. Response is relevant and good. The response is sufficiently

      detailed to demonstrate a good amount of experience, knowledge or

      skills/capacity/capability relevant to providing similar services to similar

      clients.

      4 — Excellent. Response is completely relevant and excellent overall. The

      response is comprehensive, unambiguous and demonstrates thorough

      experience, knowledge or skills/capacity/capability relevant to

      providing similar services to similar clients.

      — The responses to the questions of Section III.1.3 of the Contract

      Notice will be weighted the following way: Please see ESPD (Scotland)

      Question 4C.1.2: 65 %, 4C.6: 20 %, 4C.8.1: 5 %, 4C.8.2: 5 %, 4C.10: 5 %.

      — We will take the five highest scoring bidders through and they will be

      invited to submit a tender.

      Bidders must score a minimum of 2 for each question otherwise they

      will be disqualified from the competition.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      The Employers may require additional quantity surveying, Employer's

      Agent or Principal Designer/CDM Adviser services for other projects

      not of a planned maintenance nature and may negotiate fees for such

      work with the appointed consultancy(s).

       

      II.2.12)Information about electronic catalogues
      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

       

      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.

       

      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:

       

      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.

      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 service.

      Bidders must confirm if they hold the particular authorisation or

      memberships.

       

      III.1.2)Economic and financial standing
      Minimum level(s) of standards possibly required:

       

      Bidders will be required to have a minimum ‘general’ yearly turnover of

      400 000 for the last 3 years.

      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/started

      trading.

      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:

      Employer's (Compulsory) Liability Insurance — 10 000 000 GBP

      Public Liability — 5 000 000 GBP

      Professional Indemnity Insurance — 2 000 000 GBP.

       

      III.1.3)Technical and professional ability
      Minimum level(s) of standards possibly required:

       

      Bidders will be required to provide examples that demonstrate that they

      have the relevant experience to deliver the services/supplies as described in

      part II.2.4 of this OJEU Contract Notice.

      Responses should be limited to a maximum of 5 projects and 750 words per

      project.

      a) Bidders will be required to confirm that they have the following relevant

      educational and professional qualifications:

      Relevant Professional qualifications and Professional Memberships; for

      example membership of the Royal Institution of Chartered Surveyors,

      Association for Project Safety or equivalent.

      Bidders will be required to confirm whether they intend to subcontract and,

      if so, for what proportion of the contract. Bidders who do not require to sub

      contract will score higher marks.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      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 alternatively in response to the questions in section 4D

      bidders may supply the information as set out in ESPD (Scotland) Standard

      Statement v 1.8.

       

      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
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 3
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the 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
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 31/01/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 13/02/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      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:

       

      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.

      Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=474943.

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.

      The Contracting Authority does not intend to include a sub-contract clause in this contract.

      (SC Ref:474943)

      Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=474943

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Knowes Housing Association Ltd
      10 Field Road, Faifley
      Clydebank
      G81 5BX
      United Kingdom
      Telephone: +44 1389877752

      Internet address:www.knowes.org

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      14/12/2016
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 19.12.2016
Zuletzt aktualisiert 19.12.2016
Wettbewerbs-ID 2-251165 Status Kostenpflichtig
Seitenaufrufe 31