Housing Association Consultants Framework Scotland
LOT 1 Architects; LOT 2 Quantity Surveyors; LOT 3 Employer’s Agents; LOT 4 Engineers — civil and structural.
United Kingdom-Glasgow: Architectural, engineering and surveying services
2015/S 089-160300
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
West of Scotland Housing Association Ltd
40 Barrowfield Drive, Camlachie
For the attention of: Jennifer Cairns
G40 3QH Glasgow
UNITED KINGDOM
Telephone: +44 8448920321
Fax: +44 1415505601
Internet address(es):
General address of the contracting authority: www.westscot.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12345
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
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: Glasgow, Lanarkshire and Ayrshire.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 28
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
We are looking to engage with the following consultants:
— LOT 1 Architects;
— LOT 2 Quantity Surveyors;
— LOT 3 Employer’s Agents;
— LOT 4 Engineers — civil and structural;
— LOT 5 Clerks of Works;
— LOT 6 CDM Co-ordinators;
— LOT 7 Eco Homes Consultants.
The aim of the framework will be to support the Association with its growth and development programme.
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=397169
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)
71250000
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:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Architects
1)Short description
2)Common procurement vocabulary (CPV)
71200000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Quantity Surveyors
1)Short description
2)Common procurement vocabulary (CPV)
71324000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 3Lot title: Employer’s Agents
1)Short description
2)Common procurement vocabulary (CPV)
71541000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 4Lot title: Engineers
1)Short description
2)Common procurement vocabulary (CPV)
45200000, 71311000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 5Lot title: Clerks of Works
1)Short description
2)Common procurement vocabulary (CPV)
71250000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 6Lot title: CDM Co-ordinators
1)Short description
2)Common procurement vocabulary (CPV)
71317200, 71317210
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 7Lot title: Eco Homes Consultants
1)Short description
2)Common procurement vocabulary (CPV)
90700000, 71313440
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
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) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) 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.
(7) 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.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
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.
III.2.3)Technical capacity
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(6) 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.
(7) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(8) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(9) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
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
Objective criteria for choosing the limited number of candidates: We have stated a maximum of 4 per lot.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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:397169).
VI.4.1)Body responsible for appeal procedures
West of Scotland Housing Association
40 Barrowfield Drive
G40 3QH Glasgow
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: