Professional Technical Consultancy Scotland
The Framework is primarily intended to support the on-going house building programme, and this is anticipated to form the bulk of all call-offs.
United Kingdom-Glasgow: Architectural and related services
2016/S 077-137447
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Wheatley Housing Group Limited
25 Cochrane Street
For the attention of: Colin Templeton
G1 1HL Glasgow
UNITED KINGDOM
Telephone: +44 1412746273
Internet address(es):
General address of the contracting authority: http://www.wheatley-group.com
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10306
Electronic access to information: www.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Aberdeen City Council
Aberdeenshire Council
Angus Council
Argyll and Bute Council
City of Edinburgh Council
Clackmannanshire Council
Comhairle nan Eilean Siar
Dumfries and Galloway Council
Dundee City Council
East Ayrshire Council
East Dunbartonshire Council
East Lothian Council
East Renfrewshire Council
Falkirk Council
Fife Council
Glasgow City Council
Highland Council
Inverclyde Council
Midlothian Council
Moray Council, The
North Ayrshire Council
North Lanarkshire Council
Orkney Islands Council
Perth and Kinross Council
Renfrewshire Council
Scottish Borders Council
Shetland Islands Council
South Ayrshire Council
South Lanarkshire Council
Stirling Council
West Dunbartonshire Council
West Lothian Council
Audit Scotland
Residential Social Landlords
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Areas covered by organisations named in the Framework Documents.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 33
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 25 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Framework is primarily intended to support the on-going house building programme, and this is anticipated to form the bulk of all call-offs.
However, the WHG property portfolio has a wider range of building types and assets, so call offs may also be made for other types of work, including:
Non-domestic new builds (new housing offices, community facilities, halls etc.);
Alterations to existing non-domestic properties;
Alterations or works to domestic properties;
Remedial or maintenance works to domestic and non-domestic properties.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=426805
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://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.
II.1.6)Common procurement vocabulary (CPV)
71200000, 71240000, 71250000, 71300000, 71311000, 71324000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
However, the WHG property portfolio has a wider range of building types and assets, so call offs may also be made for other types of work, including (but not limited to).
Non-domestic new builds (new housing offices, community facilities, halls, care premises, conversion projects etc.).
Alterations to existing non-domestic properties.
Alterations or works to domestic properties (tenure mix, supported and adapted units).
Remedial or maintenance works to domestic and non-domestic properties.
Master planning/urban regeneration projects,
Environmental improvements,
Planned maintenance,
Projects undertaken in partnership with 3rd parties.
Work associated with asset management.
Estimated value excluding VAT: 25 000 000 GBP
II.2.2)Information about options
Description of these options: 3 year contract initially plus 1 year extension.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Architects
1)Short description
2)Common procurement vocabulary (CPV)
71220000, 71420000, 71400000, 71200000
3)Quantity or scope
Specialist conservation services (normally accredited).
Dimension, Condition and Fabric Surveys.
Interior Design schemes and services.
Assessment and reporting of Access/Disability Design and Audits to DDA Compliance.
Landscape Architecture schemes and services.
Acoustic schemes and services.
Design and/ or supply of presentation and related material.
Physical models of proposed or existing Buildings and or surrounding environment,
BIM, CAD models and visualisations.
Overall project management experience.
Services in accordance with The Construction (Design and Management) Regulations 2015 (CDM 2015).
Estimated value excluding VAT: 7 500 000 GBP
Lot No: 2 Lot title: Landscape Architects
1)Short description
2)Common procurement vocabulary (CPV)
71420000
3)Quantity or scope
Estimated value excluding VAT: 50 000 GBP
Lot No: 3 Lot title: Engineering Services
1)Short description
2)Common procurement vocabulary (CPV)
71311000, 71312000, 71313000, 71318100, 71334000, 71332000, 71335000, 71310000, 71631400
3)Quantity or scope
Structural specification, design & certification, reporting and assessment, demolitions, remediation of contaminated sites, design of foundations and retaining structures.
Design and specification of all Domestic and non-domestic mechanical and heating services, utilities (gas, water etc.), AC plant, etc. reporting and assessment.
Design and specification of all electrical Domestic and non-domestic services and utilities, telecoms, street and public lighting reporting and assessment.
Provision of SERC Certificates and associated services.
Fire Engineering Services, such as but not limited to Fire Risk Assessment, Fire Ratings, reporting etc.
Services in accordance with The Construction (Design and Management) Regulations 2015 (CDM 2015).
Estimated value excluding VAT: 7 500 000 GBP
Lot No: 4 Lot title: Employers Agent / QS
1)Short description
2)Common procurement vocabulary (CPV)
71324000
3)Quantity or scope
Preparation of BOQ’s CSA, Employers Requirements, Contract, probable & budget costs, reporting and analysis,
Analysis of claims,
Life Cycle Services to determine the lowest cost of ownership of fixed assets during the assets’ economic life,
Cost Management Services / Predictability and control of costs,
Project Management Services,
Risk Management Services,
Energy Evaluation Services for domestic and non-domestic properties such as Home Energy Audits etc.
Assessment of abnormal development costs, negotiation with third parties including vendors, developers, funders, preparation of costs for third parties, procurement strategy and producing contract documentation, arranging appropriate Insurances, VAT advice.
Tender assistance and tender outcome reporting.
Services in accordance with The Construction (Design and Management) Regulations 2015 (CDM 2015).
Estimated value excluding VAT: 7 500 000 GBP
Lot No: 5 Lot title: Strategic Development and Planning
1)Short description
2)Common procurement vocabulary (CPV)
70331000, 70332000, 70332200, 71400000, 71410000
3)Quantity or scope
Urban Design and Master Plan, Economic,
Retail or Housing Studies.
Estimated value excluding VAT: 100 000 GBP
Lot No: 6 Lot title: Property Consulting
1)Short description
2)Common procurement vocabulary (CPV)
70331000, 70332000, 70332200, 71315300, 70121200
3)Quantity or scope
Estimated value excluding VAT: 1 250 000 GBP
Lot No: 7 Lot title: Desin Team Services
1)Short description
2)Common procurement vocabulary (CPV)
71220000, 71311000, 71312000, 71321000, 71324000, 79415200
3)Quantity or scope
Engineering Services.
QS Services.
Estimated value excluding VAT: 350 000 GBP
Lot No: 8 Lot title: Clerk of Works
1)Short description
2)Common procurement vocabulary (CPV)
71315400
3)Quantity or scope
Estimated value excluding VAT: 750 000 GBP
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(3) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
(1) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(2) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(4) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(5) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Architectural Services must be provided by ARB or equivalent qualified Architects Engineering Services must be provided by one of IStructE, ICE, EC, CIBSE or equivalent BS/QS/EA services must be provided by RICS or equivalent.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 010-013511 of 15.1.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
(SC Ref: 426805).
VI.5)Date of dispatch of this notice:
Related Posts
Quantity Surveying Services Term Consultancy 2016 – 2019
Quantity Surveyor Services Required in Liverpool
Architectural Design Services for University of Surrey
Tender for Urban Planning and Professional Advisory Services