Section one: Contracting authority
one.1) Name and addresses
Caledonia housing association Ltd
Suite 4 Saltire House, 3 Whitefriars Crescent
Perth
DD5 1JW
Contact
Samuel Zachariah
samuel.zachariah@caledoniaha.co.uk
Telephone
+44 7732495034
Country
United Kingdom
NUTS code
UKM - Scotland
National registration number
SP02343R
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17204
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://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
https://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the Provision of Employer's Agent and Quantity Surveying Service
Reference number
2402EAQS
two.1.2) Main CPV code
- 71324000 - Quantity surveying services
two.1.3) Type of contract
Services
two.1.4) Short description
Caledonia Housing Association and its subsidiary, Cordale Housing Association (referred to as the 'Group' in this document) invite potential suppliers to participate in the Framework Agreement for the Provision of Employer's Agent and Quantity Surveying Services. The Framework Agreement will be for an initial period of 4 years with a 2-year extension option, subject to satisfactory performance.
The Group has an ambitious programme to deliver 650 new, affordable homes over the next five years across Scotland.
The framework agreement is intended to support the delivery of new housing development and planned maintenance programmes over the next four years.
It is projected that the Group will deliver around 120 units annually over the life of the framework, along with several planned maintenance contracts.
The Group is one of Scotland’s leading Registered Social Landlord and provides high quality affordable homes for people in housing need. We own and manage circa 6,000 homes across Tayside, Fife, the Highlands, East and West Dunbartonshire and North Lanarkshire.
Further information about the Group and its subsidiary can be found at: www.caledoniaha.co.uk; www.cordalehousing.org.uk
two.1.5) Estimated total value
Value excluding VAT: £1,100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71322100 - Quantity surveying services for civil engineering works
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Across Scotland
two.2.4) Description of the procurement
The purpose of the Framework is to provide an overarching agreement under which the successful parties will then enter into project specific agreements. Each project will be commissioned separately and shall be subject to project-specific forms of contract including the appropriate contract terms.
The majority of projects will be managed by the Group’s Development Team or Asset Management Team, although some may be managed on the Group’s behalf by external consultants or other organisations.
The framework will be used to award the following contracts by the Group:
a) all new housing projects where quantity surveying services are required;
b) all new housing projects where employers agents services are required;
c) major refurbishment/planned maintenance Framework Agreements where quantity surveying services are required.
The Group intends to appoint three (3) Employer's Agents/Quantity Surveyor Consultancies under the framework agreement. These will include two major consultants (quantity surveyors) and one reserved consultant.
The principal Consultants Quantity Surveyors will be appointed to each project on direct appointment basis – with projects being allocated to each principal Consultant alternately. The reserve quantity surveyor Consultant would be appointed where the principal Consultant quantity surveyors declined to act or are unable to do so because of a conflict of interest or similar reason.
Suppliers will be required to express their interest by submitting responses to the Online Single Procurement Document (Scotland) Questionnaire on the Public Contracts Scotland (PCS) portal.
Following the evaluation of the SPD, shortlisted bidders will be provided with an Invitation to Tender (ITT).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
2-year extension option, subject to satisfactory performance
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 15
Objective criteria for choosing the limited number of candidates:
Quality and Cost
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please provide proof of membership with Royal Institution of Chartered Surveyors (RICS) or equivalent professional bodies.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Tenderers are required to provide their annual turnover for the last two financial years (including those of any parent company).
Minimum level(s) of standards possibly required
The minimum financial turnover Tenderers are required to have should be GBP125,000. The turnover considered will be that of the most recent full year of accounts.
three.1.3) Technical and professional ability
List and brief description of selection criteria
For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last three years as specified (Examples from both public and/or private sector customers and clients may be provided)
Please provide CV of your key Managerial staff to demonstrate their educational and
professional qualification and experience
Please provide a statement on the average annual number of persons employed by your
organisation over the past three (3) years
Please provide a summary of the average annual number of managerial staff over the past
three (3) years
Minimum level(s) of standards possibly required
Minimum number of relevant examples - 3
Minimum number of referees with contacts details- 3
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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: 3
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 March 2024
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 March 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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 https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=758759.
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.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
It is expected that in the delivery of this service to the Group the service provider could engage in such activities as careers conventions, training events and seminars. Tenderers are asked to submit their proposal for community benefits as part of the invitation to tender stage. Please note, that this will be evaluated and scored according to the specified evaluation criteria. Community Benefits proposals made as part of a Bidder’s tender submission will form a contractual commitment, and where appropriate; be included as one of the Key Performance Indicators and will be monitored during the Contract Period. Bidders should therefore ensure that commitments made within their tender submission are within their capacity and capability to deliver.
(SC Ref:758759)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=758759
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court and Justice of the Peace Court
County Bldg, Tay St
Perth
PH2 8NL
Country
United Kingdom