loading
  • GB-G2 6NL Glasgow
  • 10.09.2018
  • Ausschreibung
  • (ID 2-311965)

Govanhill Housing Association — QS Framework for Repair/Maintenance Works


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 10.09.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 6
    Gebäudetyp Wohnungsbau
    Art der Leistung Kostenmanagement
    Sprache Englisch
    Aufgabe
    Govanhill Housing Association is seeking to appoint a suitably qualified consultant to provide QS services for Repair/Maintenance Works and Supply/Service Contracts.
    Leistungsumfang
    Govanhill Housing Association is seeking to create a QS Framework in relation to their repair/maintenance works and supply/services contracts.
    Adresse des Bauherren UK-G2 6NL Glasgow
    TED Dokumenten-Nr. 355948-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Glasgow: Quantity surveying services

      2018/S 155-355948

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Turner and Townsend
      33 Bothwell Street
      Glasgow
      G2 6NL
      United Kingdom
      Contact person: Robert Taggart
      Telephone: +44 1412215358
      E-mail: MjE5X1xPUl9hG2FOVFROX2EtYVZfW2FcZFsbUFwbYlg=
      NUTS code: UKM82

      Internet address(es):

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

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

      I.2)Information about joint procurement
      The contract is awarded by a central purchasing body
      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
      Tenders or requests to participate must be submitted to the abovementioned address
      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:

      Govanhill Housing Association — QS Framework for Repair/Maintenance Works

      Reference number: N/A
      II.1.2)Main CPV code
      71324000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Govanhill Housing Association is seeking to appoint a suitably qualified consultant to provide QS services for Repair/Maintenance Works and Supply/Service Contracts.

      II.1.5)Estimated total value
      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: UKM82
      Main site or place of performance:

      Govanhill, Glasgow

      II.2.4)Description of the procurement:

      Govanhill Housing Association is seeking to create a QS Framework in relation to their repair/maintenance works and supply/services contracts.

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

      Contract can be extended by 1 year, at the discretion of Govanhill Housing Association.

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 6
      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:

      Selection Criteria and weightings as detailed in the ESPD.

      Minimum level(s) of standards possibly required:

      Applicants will be required to provide details of their general turnover for the past 3 financial years, although there is no minimum turnover requirement.

      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.

      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 Insurance = 5 000 000 GBP

      Professional Indemnity Insurance = 5 000 000 GBP

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

      Selection Criteria and weightings as detailed in the ESPD.

      Minimum level(s) of standards possibly required:

      Applicants will be required to provide examples of works carried out 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.

      Applicants 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 appropriate for a QS.

      Applicants will be required to confirm their average annual manpower for the last 3 years.

      Applicants 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:

      Applicants must hold a UKAS (or equivalent)accredited third party certificate of compliance with BS EN ISO 9001 (or equivalent).

      Applicants must hold a UKAS (or equivalent)accredited third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.

      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: 4
      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: 10/09/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 19/11/2018
      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 nr hard copy responses are also requested and should be delivered to the following address:

      Turner and 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.

      The tenderer should declare as part of their submission that no conflict of interest is created by their tendering or being awarded this contract. A “conflict of interest” includes, but is not limited to, the following examples:

      — The bidder organisation exists within the same corporate group as one of the Group’s contractors

      — The bidder organisation carries out works / performs services in conjunction with one of the Group’s contractors

      — A member of the administrative, management or supervisory body of the bidder, or someone who has powers of representation, decision or control over the bidder, holds the same or similar role within one of the Group’s contractors

      — A member of the administrative, management or supervisory body of the bidder, or someone who has powers of representation, decision or control over the bidder, is the spouse, partner, child (including adopted child or step child), parent, parent-in-law, grandparent, grandchild or sibling of a Committee or Staff Member or of a governing body member of any other organisation in the Group.

      Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=551262.

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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:551262)

      Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=551262

      VI.4)Procedures for review
      VI.4.1)Review body
      Turner and 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:
      09/08/2018
    © 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 14.08.2018
Zuletzt aktualisiert 14.08.2018
Wettbewerbs-ID 2-311965 Status Kostenpflichtig
Seitenaufrufe 31