loading
  • GB-PA34 4RY Oban
  • 17.07.2017
  • Ausschreibung
  • (ID 2-268679)

Review of New Build Design Guide for Social Housing.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 17.07.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 5
    Gebäudetyp Wohnungsbau
    Art der Leistung Objektplanung Gebäude / Kostenmanagement / Vermessung
    Sprache Englisch
    Aufgabe
    ACHA are seeking to appoint consultants to review current practice in housing design and develop proposals for a revised ACHA New Build Design Guide for social housing. The commission will include reviewing the best practice in new build housing design and to report on the best of the current trends. The cost implications of the design guide will be required and a final New Build Design Guide will be included as the key output of the commission.
    Leistungsumfang
    a) Review the best practice in new build housing design;
    b) Review the changing trends in housing needs and demands and report on how these will impact on housing design;
    c) Analyse the costs and comparison with HAG benchmarks;
    d) The review should include consideration of some of the following areas of housing development:
    i. Review of innovation in new build social housing throughout the sector;
    ii. Review the current standards and likely future standards in housing e.g. changes to building standards, eco homes, the code for sustainable homes and other Government initiatives;
    iii. Review the changing needs of tenants in the design of their homes, an example is working or studying at home;
    iv. Evaluate the options for domestic energy production and renewable energy;
    v. Review modern methods of construction and off site construction that have been successfully applied to residential housing and the use of innovative materials;
    vi. Analyse the design options in light of the current funding parameters;
    vii. Recommend any sources of additional funding that could be accessed to implement improved design standards;
    viii. Recommend a list of possible study visits to allow ACHA to see best practice in action;
    ix. Include discussion with ACHA's internal departments and the Board;
    x. Following a review of the above aspects, recommend the best practice that could be applied by ACHA;
    xi. Revise the New Build Design Guide to implement the recommendations.
    e) Prepare draft report for presentation to ACHA to include all aspects up to and including d) items i to xi;
    f) Prepare final report for ACHA, including any amendments and clarifications;
    g) Revise the New Build Design guide with agreed recommendations from final report.
    Adresse des Bauherren UK-PA34 4RY Oban
    TED Dokumenten-Nr. 231734-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Oban: Architectural design services

      2017/S 115-231734

      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
      Telephone: +44 1546605829
      E-mail: MjE4W09iYlZTZRxbT1FPY1pPZy5PUVZPHFFdHGNZ
      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: 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
      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:

       

      Review of New Build Design Guide for Social Housing.

       

      II.1.2)Main CPV code
      71220000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      ACHA are seeking to appoint consultants to review current practice in housing design and develop proposals for a revised ACHA New Build Design Guide for social housing. The commission will include reviewing the best practice in new build housing design and to report on the best of the current trends. The cost implications of the design guide will be required and a final New Build Design Guide will be included as the key output of the commission.

       

      II.1.5)Estimated total value
      Value excluding VAT: 25 000.00 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)
      71220000
      71324000
      II.2.3)Place of performance
      NUTS code: UKM6
      II.2.4)Description of the procurement:

       

      a) Review the best practice in new build housing design;

      b) Review the changing trends in housing needs and demands and report on how these will impact on housing design;

      c) Analyse the costs and comparison with HAG benchmarks;

      d) The review should include consideration of some of the following areas of housing development:

      i. Review of innovation in new build social housing throughout the sector;

      ii. Review the current standards and likely future standards in housing e.g. changes to building standards, eco homes, the code for sustainable homes and other Government initiatives;

      iii. Review the changing needs of tenants in the design of their homes, an example is working or studying at home;

      iv. Evaluate the options for domestic energy production and renewable energy;

      v. Review modern methods of construction and off site construction that have been successfully applied to residential housing and the use of innovative materials;

      vi. Analyse the design options in light of the current funding parameters;

      vii. Recommend any sources of additional funding that could be accessed to implement improved design standards;

      viii. Recommend a list of possible study visits to allow ACHA to see best practice in action;

      ix. Include discussion with ACHA's internal departments and the Board;

      x. Following a review of the above aspects, recommend the best practice that could be applied by ACHA;

      xi. Revise the New Build Design Guide to implement the recommendations.

      e) Prepare draft report for presentation to ACHA to include all aspects up to and including d) items i to xi;

      f) Prepare final report for ACHA, including any amendments and clarifications;

      g) Revise the New Build Design guide with agreed recommendations from final report.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Description of your interpretation of the brief, and your approach to the Project Delivery approach for the tasks described in the brief. / Weighting: 1.5
      Quality criterion - Name: Draft programme of task showing key stages / Weighting: 1.1
      Quality criterion - Name: Details of your project delivery team, its structure and any subcontractors involved. / Weighting: 1.3
      Quality criterion - Name: Referee letters from 3 or more local authorities, Registered Social Landlords, or other relevant housing organisations for recent commissions. / Weighting: 1.1
      Price - Weighting: 40 %
      II.2.6)Estimated value
      Value excluding VAT: 25 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 4
      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:

       

      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.

      0 — Unacceptable. Nil or inadequate response that fails to demonstrate previous experience/capacity/capability.

      1 — Poor. Response is partially relevant but generally poor and 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 and 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 and 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 and 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%.

      Economic and financial standing

      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 required to have a minimum ‘general’ yearly turnover of 75 000 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 that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the following types and levels of insurance:

      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.

      Technical and professional liability

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

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

      4C.6.1 Bidders required to confirm that their managerial staff has appropriate qualifications to undertake the task. Membership of the ARB, RIBA or RIAS and RICS is required as a minimum as part of the project team.

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

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

      4C.10 Bidders 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) please refer to word file attached to this Contract Notice named ‘4D1 — Quality Assurances Schemes and Environmental Management Standards — Selection Criteria’

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

       

      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

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

       

      4B.1.1 Bidders required to have a minimum ‘general’ yearly turnover 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 that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the following types and levels of insurance:

      Employers (Compulsory) Liability Insurance;

      Public Liability Insurance;

      Professional Indemnity Insurance.

       

      Minimum level(s) of standards possibly required:

       

      4B.1.1 75 000 GBP.

      4.B.3 as above.

      4.B.5.1.

      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.

      Technical and professional liability.

       

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

       

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

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

      4C.6.1 Bidders required to confirm that their managerial staff has appropriate qualifications to undertake the task. Membership of the ARB, RIBA or RIAS and RICS is required as a minimum as part of the project team.

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

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

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

       

      Minimum level(s) of standards possibly required:

       

      4C.1.2 Three examples of other commissions that demonstrate that they have the relevant experience to deliver the services described in the Contract Notice.

      4C.6 Qualifications — Membership of the ARB, RIBA or RIAS and RICS is required as a minimum as part of the project team.

      4C.6.1 Managerial staff qualifications — membership of the ARB, RIBA or RIAS and RICS is required as a minimum as part of the project team.

       

      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: 17/07/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 27/07/2017
      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
      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=499335

      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:499335)

      Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=499335

       

      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

      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:
      15/06/2017
    © 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 19.06.2017
Zuletzt aktualisiert 19.06.2017
Wettbewerbs-ID 2-268679 Status Kostenpflichtig
Seitenaufrufe 48