Section one: Contracting authority
one.1) Name and addresses
Home Group Limited
2 Gosforth Park Way, Gosforth
Newcastle Upon Tyne
NE12 8ET
Contact
Owen Coulson
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11142
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.housingprocurement.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.housingprocurement.com/
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
Home Group Development Construction Consultants Framework (Scotland Only)
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Home Group is seeking to establish a framework of suitably qualified and experienced consultants to provide Quantity Surveyor (QS)/Employer’s Agent (EA) and Clerk of Works (CoW) for new build and/or regeneration solely in Scotland. The scope of projects may vary and may include elements of conversion and refurbishment works.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Quantity Surveyor/Employers Agent
Lot No
1
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Home Group is seeking to establish a framework of suitably qualified and experienced consultants to provide Quantity Surveyor (QS)/Employer’s Agent (EA) and Clerk of Works (CoW) for new build and/or regeneration solely in Scotland. The scope of projects may vary and may include elements of conversion and refurbishment works
The Framework will be tendered as 2 individual lots:
Lot 1 – Quantity Surveyor (QS)/Employers Agent (EA)
Lot 2 – Clerk of Works (CoW)
Tenderers will be restricted to applying for a maximum of 1 lot.
It is intended that QS/EA lot framework call-offs will be primarily via mini tender, however a direct award mechanism will be available where pre-defined criteria are met.
Following evaluation at ITT stage, your organisation must be ranked 1–6 (QS/EA) or 1-3 (CoW) within the relevant lot to be appointed to the Framework Contract.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,360,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2.14) Additional information
Please note the Tenderer ranked 7th or 4th (depending on what lot you apply for) will be awarded for contingency purposes only. Please see information in the Tender Brief document for further details.
two.2) Description
two.2.1) Title
Clerk of Works
Lot No
2
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
- 71520000 - Construction supervision services
- 71540000 - Construction management services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Home Group is seeking to establish a framework of suitably qualified and experienced consultants to provide Quantity Surveyor (QS)/Employer’s Agent (EA) and Clerk of Works (CoW) for new build and/or regeneration solely in Scotland. The scope of projects may vary and may include elements of conversion and refurbishment works
The Framework will be tendered as 2 individual lots:
Lot 1 – Quantity Surveyor (QS)/Employers Agent (EA)
Lot 2 – Clerk of Works (CoW)
Tenderers will be restricted to applying for a maximum of 1 lot.
CoW appointments will be mainly made by rotation. However, we may use mini tender or direct award in certain circumstances
Please note, average hours on site for CoW services will be between 15 and 20 hours per week for each project, over the course of the contract. This will fluctuate to align with key project milestones. A programme of attendance will be stipulated within each project brief call off appointment.
Following evaluation at ITT stage, your organisation must be ranked 1–6 (QS/EA) or 1-3 (CoW) within the relevant lot to be appointed to the Framework Contract.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £640,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2.14) Additional information
Please note the Tenderer ranked 7th or 4th (depending on what lot you apply for) will be awarded for contingency purposes only. Please see information in the Tender Brief document for further details.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For details of Key Performance Indicators to be included within this contract, please refer to the draft contract under schedule A7. of the ITT documents.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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: 9
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 May 2022
Local time
2:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 May 2022
Local time
2:00pm
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
Home Group reserves the right to cancel the procurement at any time and not to proceed with all or part of the contract. Home Group will not under any circumstances reimburse any expense incurred by bidders in preparing their submission.
Home Group is acting on behalf of itself and any existing or future subsidiary companies (see www.homegroup.org.uk for more information on the Group);
(SC Ref:687643)
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
London
WC2A 2LL
Country
United Kingdom