Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityHousing and community amenities
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: Kingdom Housing Association Ltd
Official name: Kingdom Initiatives Ltd
Official name: Glen Housing Association Ltd
Official name: Fife Housing Association Ltd
Official name: Ore Valley Housing Association Ltd
Official name: Fife Council
Official name: Clackmannanshire Council
Official name: Falkirk Council
Official name: Fairfield Housing Cooperative
Official name: Angus Housing Association Ltd
Official name: University of St Andrews
Official name: Perth and Kinross Council
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework Agreement for Consultant Services (Multi Disciplinary).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Fife, Perth and Kinross, Angus, Clackmannanshire and Forth Valley Areas.
NUTS code UKM2 Eastern Scotland
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 40
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
The Association intend to enter into a Framework Agreement with a limited number of Consultants to provide Architect, Structural Engineer, Employers Agent/QS and Principal Designer services for a 4 year period.
The Association works in partnership with a number of external organisations to ensure the delivery of affordable housing. It is envisaged that the Framework Agreement will be available for call offs by Kingdom Housing Association Ltd, but also for work on behalf of, or directly by Kingdom Initiatives Ltd (a subsidiary of Kingdom Housing Association Ltd); Fife Housing Association Alliance members (the Fife HA Alliance is made up of the 4 Fife based Housing Associations — Kingdom, Glen, Fife and Ore Valley Housing Associations); Fife Council; Clackmannanshire Council; Perth and Kinross Council; Falkirk Council; Fairfield Housing Cooperative; Angus Housing Association and the University of St Andrews (affordable housing providers primarily within the Association's geographical area of operation).
Whilst there is no guarantee of receiving work it is more than likely that the individual jobs will be shared amongst the successful consultants. The Framework Agreement will mainly cover the provision of consultant services for new build housing units for a number of different projects, ranging in size and type from mainstream housing to a variety of special needs projects. On occasion consultant services will also be required for refurbishment and planned maintenance projects.
The project locations will vary, but in the main will be Fife, with some likely to be in the Perth and Kinross, Angus, Clackmannanshire and other Forth Valley areas. The total number of units in each of the areas may vary and no specific numbers can be guaranteed in any area or in total.
Note: To register your interest in this notice and obtain any additional information, please visit the Public Contracts Scotland website at: http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=415851
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.
II.1.6)Common procurement vocabulary (CPV)71530000 Construction consultancy services, 71200000 Architectural and related services, 71312000 Structural engineering consultancy services, 79994000 Contract administration services, 71317210 Health and safety consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 4 Lot title: Principal Designer Services1)Short description
Principal Designer services will be required for new build housing units for a number of different projects and on occasion for refurbishment and planned maintenance projects. A full schedule of services will be provided at tender stage.
2)Common procurement vocabulary (CPV)71317210 Health and safety consultancy services
3)Quantity or scope
As above.
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Structural Engineer Services1)Short description
Structural Engineering services will be required for new build housing units for a number of different projects and on occasion for refurbishment and planned maintenance projects. A full schedule of services will be provided at tender stage.
2)Common procurement vocabulary (CPV)71300000 Engineering services
3)Quantity or scope
As above.
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Employers Agent/QS Services1)Short description
Employers Agent/QS services will be required for new build housing units for a number of different projects and on occasion for refurbishment and planned maintenance projects. A full schedule of services will be provided at tender stage.
2)Common procurement vocabulary (CPV)79994000 Contract administration services
3)Quantity or scope
As above.
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 1 Lot title: Architect Services1)Short description
Architect services will be required for new build housing units for a number of different projects and on occasion for refurbishment and planned maintenance projects. A full schedule of services will be provided at tender stage.
2)Common procurement vocabulary (CPV)71200000 Architectural and related services
3)Quantity or scope
As above.
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the PQQ documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in the PQQ documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the PQQ documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the PQQ documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 20: and maximum number 40
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 12.11.2015
IV.3.4)Time limit for receipt of tenders or requests to participate20.11.2015 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates15.1.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 4 years — following expiry of this framework agreement.
VI.2)Information about European Union funds
VI.3)Additional information
The attached Pre Qualification Questionnaire document has been designed to be completed electronically — guidance on completion is detailed in the PQQ. Electronic submission is the preferred option for administrative purposes. Alternative arrangements can be made by by prior agreement only.
(SC Ref: 415851).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:6.10.2015