loading
  • GB-G32 7XR Glasgow
  • 13.11.2017
  • Ausschreibung
  • (ID 2-280349)

Shettleston Housing Association — Former Telephone Exchange and Former Shettleston Halls — Design Team.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 13.11.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5
    Art der Leistung Objektplanung Gebäude / allgemeine Beratungsleistungen / Sicherheits-/ Gesundheitsschutz / Kostenmanagement
    Sprache Englisch
    Aufgabe
    Refurbishment of existing buildings to create housing units (12 in former Telephone Exchange and 20 in former Shettleston Halls).
    Leistungsumfang
    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.
    Adresse des Bauherren UK-G32 7XR Glasgow
    TED Dokumenten-Nr. 400520-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Glasgow: Designs

      2017/S 195-400520

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Shettleston Housing Association
      65 Pettigrew Street
      Glasgow
      G32 7XR
      United Kingdom
      Contact person: Ronnie Bell
      Telephone: +44 1417630511
      E-mail: MjE4QF1cXFdTHDBTWlouYVZTYmJaU2FiXVwcUV0cY1k=
      NUTS code: UKM82

      Internet address(es):

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

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14202

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: www.publiccontractsscotland.gov.uk
      Additional information can be obtained from another address:
      Turner & Townsend
      33 Bothwell Street
      Glasgow
      G2 6NL
      United Kingdom
      Contact person: Robert Taggart
      Telephone: +44 1412215358
      E-mail: MTZsaVxfbG4oblthYVtsbjpub2xobmlxaChdaShvZQ==
      NUTS code: UKM82

      Internet address(es):

      Main address: http://www.turnerandtownsend.com

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk

      Tenders or requests to participate must be submitted electronically via: 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:

       

      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:

       

      Shettleston, Glasgow.

       

      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:

       

      Shettleston, Glasgow.

       

      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:

       

      Shettleston, Glasgow.

       

      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:

       

      Shettleston, Glasgow.

       

      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.4.1)Review body
      Turner & Townsend
      33 Bothwell Street
      Glasgow
      G2 6NL
      United Kingdom
      Telephone: +44 1412215358

      Internet address:http://www.turnerandtownsend.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:
      09/10/2017
    © 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 11.10.2017
Zuletzt aktualisiert 11.10.2017
Wettbewerbs-ID 2-280349 Status Kostenpflichtig
Seitenaufrufe 52