loading
  • GB-PA34 4RY Oban
  • 17.03.2017
  • Ausschreibung
  • (ID 2-256541)

Argyll Community Housing Association — Stock Condition Survey 2017


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 17.03.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 5
    Gebäudetyp Wohnungsbau
    Art der Leistung allgemeine Beratungsleistungen / Studien, Gutachten / Dokumentation / Vermessung
    Sprache Englisch
    Aufgabe
    The principle objective of the tender is to appoint a surveying firm to undertake an SHQS and EESSH compliant survey to target future investment and to update our stock condition information. ACHA own over 5 100 properties through out Argyll and Bute and require a 10 % condition survey and detailed analysis of investment needs.
    Leistungsumfang
    Argyll Community Housing Association wishes to commission a good quality, robust, house condition and energy efficiency survey and investment plan, which will be used for a variety of purposes, to be provided by a surveying firm by means of in-the field surveys and consequent analysis. ACHA owns over 5 100 properties throughout Argyll and Bute and requires a 10 % survey and detailed analysis of investment needs.
    Adresse des Bauherren UK-PA34 4RY Oban
    TED Dokumenten-Nr. 61619-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Oban: Building surveying services

      2017/S 034-061619

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Argyll Community Housing Association Limited
      Menzies House, Glenshellach Business Park
      Oban
      PA34 4RY
      United Kingdom
      Contact person: Linda Haig
      Telephone: +44 1546605836
      E-mail: MjEwYl9kWlckXldfXTZXWV5XJFllJGth
      NUTS code: UKM6

      Internet address(es):

      Main address: http://www.acha.co.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10562

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://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: http://www.publiccontractsscotland.gov.uk
      I.4)Type of the contracting authority
      Other type: registered social landlord
      I.5)Main activity
      Housing and community amenities

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Argyll Community Housing Association — Stock Condition Survey 2017.

       

      Reference number: 6747
      II.1.2)Main CPV code
      71315300
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The principle objective of the tender is to appoint a surveying firm to undertake an SHQS and EESSH compliant survey to target future investment and to update our stock condition information. ACHA own over 5 100 properties through out Argyll and Bute and require a 10 % condition survey and detailed analysis of investment needs.

       

      II.1.5)Estimated total value
      Value excluding VAT: 75 000.00 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)
      71315300
      II.2.3)Place of performance
      NUTS code: UKM6
      Main site or place of performance:

       

      Argyll and Bute Council area.

       

      II.2.4)Description of the procurement:

       

      Argyll Community Housing Association wishes to commission a good quality, robust, house condition and energy efficiency survey and investment plan, which will be used for a variety of purposes, to be provided by a surveying firm by means of in-the field surveys and consequent analysis. ACHA owns over 5 100 properties throughout Argyll and Bute and requires a 10 % survey and detailed analysis of investment needs.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 60 %
      Quality criterion - Name: Price / Weighting: 40 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      Value excluding VAT: 75 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/05/2017
      End: 22/12/2017
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

       

      The process we will apply will be:

      Stage 1 — Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements.

      Bidder's must pass the minimum standards sections of the ESPD (Scotland). Statements including the specific requirements for these questions can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice.

      Complete the scored ESPD Section 4C Technical and Professional ability. Statements for these scored questions can be found in Section III.1.3) of this Notice. Section 4C will be scored as per the scoring methodology detailed below.

      Part III and Section A, B and D of Part IV will be scored on a pass/fail basis. Section D is described in the attachment named ‘4D1 Quality Assurances Schemes and Environmental Management Standards’ 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.

      25 — 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.

      50 — 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.

      75 — 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.

      100 — 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:

      Question 4C.1.2: 30 %, 4C.6: 10 %, 4C.6.1: 25 %, 4C.8.1 10 % 4C.8.2: 15 %, and 4C.10: 10 %

      — We will take the 5 highest scoring bidders through and they will be invited to submit a tender.

      Stage 2 — Invitation to Tender (ITT) and submission of shortlisted bidder tender returns.

      These must be received no later than the date and time detailed within the ITT documentation. We will evaluate shortlisted tenderers' ITT submissions via a Quality/Cost evaluation. The quality and commercial scores will be combined to provide each supplier with an overall score.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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 will be excluded from this procurement if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations.

       

      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:

       

      Membership of Royal Institution of Chartered Surveyors.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      This section refers to section B of Part IV of the ESPD (Scotland) and covers questions 4B.1.1, 4B.3, 4B.5.1, 4B.5.2 and 4.5.3 of the ESPD (Scotland).

      4B.1.1 Bidders will be required to have a minimum ‘general’ yearly turnover of 150 000 GBP for the last 3 years.

      4.B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they set-up or started trading.

      4.B.5.1 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:

      Employers (Compulsory) Liability Insurance — minimum cover of 5 000 000 GBP.

      Public Liability Insurance — minimum cover of 5 000 000 GBP.

      Professional Indemnity Insurance — minimum cover 5 000 000 GBP.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services described in the Contract Notice.

      4C.6 Bidders will be required to confirm that their firm has appropriate qualifications to undertake the task.

      4C.6.1 Bidders will be required to confirm that their managerial staff has appropriate qualifications to undertake the task. Membership of the Royal Institution of Chartered Surveyors is required as a minimum.

      4C.8.1 Bidders will be required to confirm their average annual manpower for the last 3 years.

      4C.8.2 Bidders will be required to confirm the number of managerial staff.

      4C.10 Bidders will be required to confirm whether they intend to subcontract, and if so, for what proportion of the contract.

      For a description of selection criteria associated with Section D of Part IV of the ESPD (Scotland) (Quality Assurance Schemes and Environmental Management Standards) please refer to word file attached to this Contract Notice named ‘4D1 — Quality Assurances Schemes and Environmental Management Standards — Selection Criteria’.

       

      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:
      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
      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: 17/03/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 06/04/2017
      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
      Tender must be valid until: 19/06/2017
      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
      VI.3)Additional information:

       

      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=480607.

      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.

      (SC Ref:480607)

      Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=480607

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Argyll Community Housing Association Limited
      Menzies House, Glenshellach Business Park
      Oban
      PA34 4RY
      United Kingdom
      Telephone: +44 1546605829
      E-mail: MTVnZGlfXCljXGRiO1xeY1wpXmopcGY=

      Internet address:http://www.acha.co.uk

      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:
      15/02/2017
    © 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 17.02.2017
Zuletzt aktualisiert 17.02.2017
Wettbewerbs-ID 2-256541 Status Kostenpflichtig
Seitenaufrufe 43