Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Shettleston Housing Association — Former Telephone Exchange and Former Shettleston Halls — Design Team.
Reference number: N/A
II.1.2)Main CPV code
22314000
II.1.3)Type of contract
Services
II.1.4)Short description:
Refurbishment of existing buildings to create housing units (12 in former Telephone Exchange and 20 in former Shettleston Halls).
II.1.5)Estimated total value
Value excluding VAT: 3 900 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Principal Designer (under CDM 2015 Regulations) with either Architectural, Engineering or QS services.
II.2)Description
II.2.1)Title:
Architectural Design Services
Lot No: 1
II.2.2)Additional CPV code(s)
71200000
II.2.3)Place of performance
NUTS code: UKM82
Main site or place of performance:
II.2.4)Description of the procurement:
Shettleston Housing Association are seeking to appoint suitably qualified consultants to provide professional services for the refurbishment of the former Shettleston Telephone Exchange and the former Shettleston Halls into housing units. It is anticipated that the former Telephone Exchange will provide 12 units and the former Shettleston Halls will provide 20 units.
It is anticipated that the total construction cost of the project will be approximately 3 900 000 GBP and will be traditionally procured. Subject to external factors such as Planning etc. it is envisaged site works will commence in late 2018 / early 2019.
The following services are required:
1. Architect
2. Civil and Structural Engineer
3. Quantity Surveyor
4. Principal Designer
The design stage of the project is planned to commence immediately upon completion of the procurement of consultants to achieve the start dates identified above.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 136 500.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 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.
II.2)Description
II.2.1)Title:
Civil and Structural Engineering Design Services
Lot No: 2
II.2.2)Additional CPV code(s)
71311000
II.2.3)Place of performance
NUTS code: UKM82
Main site or place of performance:
II.2.4)Description of the procurement:
Shettleston Housing Association are seeking to appoint suitably qualified consultants to provide professional services for the refurbishment of the former Shettleston Telephone Exchange and the former Shettleston Halls into housing units. It is anticipated that the former Telephone Exchange will provide 12 units and the former Shettleston Halls will provide 20 units.
It is anticipated that the total construction cost of the project will be approximately 3 900 000 GBP and will be traditionally procured. Subject to external factors such as Planning etc. it is envisaged site works will commence in late 2018 / early 2019.
The following services are required:
1. Architect
2. Civil and Structural Engineer
3. Quantity Surveyor
4. Principal Designer
The design stage of the project is planned to commence immediately upon completion of the procurement of consultants to achieve the start dates identified above.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 58 500.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 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.
II.2)Description
II.2.1)Title:
Principal Designer Services
Lot No: 4
II.2.2)Additional CPV code(s)
71317210
II.2.3)Place of performance
NUTS code: UKM82
Main site or place of performance:
II.2.4)Description of the procurement:
Shettleston Housing Association are seeking to appoint suitably qualified consultants to provide professional services for the refurbishment of the former Shettleston Telephone Exchange and the former Shettleston Halls into housing units. It is anticipated that the former Telephone Exchange will provide 12 units and the former Shettleston Halls will provide 20 units.
It is anticipated that the total construction cost of the project will be approximately 3 900 000 GBP and will be traditionally procured. Subject to external factors such as Planning etc. it is envisaged site works will commence in late 2018 / early 2019.
The following services are required:
1. Architect
2. Civil and Structural Engineer
3. Quantity Surveyor
4. Principal Designer
The design stage of the project is planned to commence immediately upon completion of the procurement of consultants to achieve the start dates identified above.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 29 250.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 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.
II.2)Description
II.2.1)Title:
Quantity Surveying Services
Lot No: 3
II.2.2)Additional CPV code(s)
71324000
II.2.3)Place of performance
NUTS code: UKM82
Main site or place of performance:
II.2.4)Description of the procurement:
Shettleston Housing Association are seeking to appoint suitably qualified consultants to provide professional services for the refurbishment of the former Shettleston Telephone Exchange and the former Shettleston Halls into housing units. It is anticipated that the former Telephone Exchange will provide 12 units and the former Shettleston Halls will provide 20 units.
It is anticipated that the total construction cost of the project will be approximately 3 900 000 GBP and will be traditionally procured. Subject to external factors such as Planning etc. it is envisaged site works will commence in late 2018 / early 2019.
The following services are required:
1. Architect
2. Civil and Structural Engineer
3. Quantity Surveyor
4. Principal Designer
The design stage of the project is planned to commence immediately upon completion of the procurement of consultants to achieve the start dates identified above.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 78 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 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
List and brief description of selection criteria:
Bidders will be required to have a minimum ‘general’ yearly turnover of 500 000 GBP 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 or started trading.
Minimum level(s) of standards possibly required:
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:
Employer's (Compulsory) Liability Insurance = 10 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
Professional Indemnity Insurance = 1 000 000 GBP for lot 4 (Principal Designer), 5 000 000 GBP for lots 1 and 3 (Architect and QS) and 10 000 000 GBP for lot 3 (C&S Engineer).
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Selection Criteria
1. Examples of similar and relevant projects — 65 %
2. Educational and professional qualifications — 20 %
3. Average annual manpower — 5 %
4. Details of the number of managerial staff — 5 %
5. Details of sub-contracting (if any) — 5 %.
Minimum level(s) of standards possibly required:
Bidders will be required to provide examples of works carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
Responses should be limited to a maximum of 5 projects and 1 page per project.
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
Relevant professional qualifications and Professional Memberships.
Bidders will be required to confirm their average annual manpower for the last 3 years.
Bidders will be required to confirm the number of managerial staff for the last 3 years.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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: 13/11/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 15/12/2017
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
Duration in months: 3 (from the date stated for receipt of 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.
In addition to the electronic submission, 2 hard copy responses are also requested and should be delivered to the following address:
Turner & Townsend, 33 Bothwell Street, Glasgow, G2 6NL.
FAO Robert Taggart
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=511354
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:511354)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=511354
VI.4)Procedures for review
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:
09/10/2017