Section one: Contracting authority
one.1) Name and addresses
Loreburn Housing Association
Huntingdon, 27 Moffat Road Dumfries
DUMFRIES
DG1 1NN
Contact
Graham Robertson
Telephone
+44 1387321300
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14442
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
Provision of Passivhaus Design Team Consultancy services
Reference number
LOR/GR/PHDT/002
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Design Team consultancy services for the delivery of Passivhaus Standard Affordable Housing projects across various sites within Dumfries & Galloway including Kirkcudbright (up to 60 units), Dumfries (up to 50 units) and Gatehouse of Fleet (up to 14 x units)
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
Main site or place of performance
Various sites across Dumfries & Galloway
two.2.4) Description of the procurement
The provision of Architect led Design Team consultancy services from the concept design and detailed design through to delivery of Affordable Housing projects. Services to include Architect, Landscape Architect, Engineer (Civil, Structural and M & E), Quantity Surveyor, Employer's Agent and Principal Designer
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: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 month extension solely at the discretion of Loreburn HA
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
This Procurement will be carried out using the Restricted Procedure. All queries about this procurement must be made via the PCS Portal
question and answer facility.
The process we will apply will be:
Statements including the specific requirements can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice.
All Bidders must pass the minimum standards sections of the ESPD (Scotland).
Part III. and Section B of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the
following way:
Excellent 5 Excellent level of relevant information with no information missing. Excellent level of confidence in the robustness of the
answer to the question with no reservations. Excellent prospect of delivering on stated outcomes and adding value and efficiencies with no
reservations. Overall excellent answer which gives no cause for concern.
Good 4 Very good level of relevant information provided with little information missing. Very good level of confidence in the robustness
of the answer to the question with few reservations. Very good chance of delivering the outputs stated and delivering efficiencies. Overall a
very good response which gives little cause for concern.
Satisfactory 3 Satisfactory level of relevant information provided. Reasonable level of confidence in the robustness of the answer to the
question. Answer will deliver the outputs stated but some reservations. Overall a reasonable response but which raises some concerns.
Poor 2 Poor information provided below level expected. Some confidence in the robustness of the answer to the question. Answer has a
chance of delivering the outputs stated. Overall a poor response which raises some concerns.
Unsatisfactory 1 Unsatisfactory little relevant information provided. Very little confidence in the robustness of the answer to the question.
Answer has very little prospect of delivering the outputs stated. Overall an unsatisfactory response which causes significant degree of
concern.
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
Bidders are required to be regulated and/or authorised (as appropriate) to practice by the relevant professional regulatory body or bodies in
the discipline(s) in which they practice
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Bidders will require to have a combined average yearly turnover of 750,000.00 GBP for the last 3 years.
Question 4B.1.1: Where turnover information is not available for the period requested, the bidder will be required to state the date which they were set up or started trading.
Question 4B.5.1: Bidders must hold, or can commit to obtain prior to commencement of any subsequently awarded contract,the types and levels of insurance indicated below:
Employer's Liability 5,000,000 GBP
Public Liability 2,000,000 GBP
Professional Indemnity 2,000,000 GBP (Architect & Engineers)
Professional Indemnity 2,000,000 GBP (QS, Employer's Agent, Landscape Architect and Principal Designer)
three.1.3) Technical and professional ability
List and brief description of selection criteria
List and brief description of selection criteria:
See Below:
ESPD Evaluation
ESPD Question 4C.1.2=80%
ESPD Question 4C.6=10%
ESPD Question 4C.6.1=10%
Minimum level(s) of standards required:
4C.1.2 The Bidder is required to provide four examples that demonstrate they have the relevant experience to deliver the service. Examples must be from within the last three years.
For each example, bidders should provide:
Client details, including contact, address, telephone number and email
A description of the works including key issues and problems encountered and how you overcome them.
Contract values - tendered value and actual final value, with explanation of difference
Start and completion dates, detailing any variations
In addition, please attach referees for the examples used in this question. Please note referees will be contacted. If Bidder's do not provide four examples of experience or references, or the list of Contracts and referees, this will be a non-compliant request to participate and the submission will excluded from participation in the tender.
Bidders should provide a maximum of 4 single sided, A4 pages per example.
This is a scored question with a weighting of 80%
ESPD Question 4C.6: Information provided should include all disciplines included within the Design Team requirements.
ESPD Question 4C.6.1: Information provided should include all disciplines included within the Design Team requirements.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
three.2.2) Contract performance conditions
As per the ITT Documents and Appendices
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
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 a single operator
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
6 September 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 September 2021
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: 3 (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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer has indicated that it will accept electronic response 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.
Mandatory Community benefits are included in this requirement. For more informtion see:
http://www.publiccontractsscotland.gov.uk/info/Infocentre.aspx?id=2361
A summary of the required community benefits has been provided within the ITT.
Community benefits are included in this requirement. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Loreburn Housing Association is committed to leveraging all of its activity to promote inclusive growth and benefits for all of our
communities. To this end, the Association wishes to collaborate with suppliers to achieve and implement robust, proportionate and relevant
Community Benefits in relation to combating social exclusion and deprivation by promoting opportunities for training and employment for
the long term unemployed within the Loreburn Housing Association geographical area.
The Supplier must be able to demonstrate its intention to integrate trainees and long term unemployed persons into the labour market
without distinction of age, disability, gender reassignment, race, religion or belief, sex, sexual orientation, marriage and civil partnership
and pregnancy and maternity.
Loreburn Housing Association also specifically wishes to encourage and intends to support the education and training of young people in
order that they can be equipped to work successfully in the Building Industry. The supplier is, therefore, required to recruit and train such young people.
Accordingly, the Supplier as part of the Tender submission shall provide the Association with a Training Method Statement,detailing how
they will aim to achieve and manage the training and employment objectives during the Contract Period:
Tenderers who are unable to comply fully may be rejected.Every vacancy relating to the Framework is to be advertised locally.
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=655420.
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits has been provided as follows:
- Apprenticeships;
- Support to community bodies;
- Support for local projects.
Full details are provided within the ITT Documents
(SC Ref:655420)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=655420
six.4) Procedures for review
six.4.1) Review body
Dumfries Sheriff and Justice of the Peace Court
Sheriff Court House,
Dumfries
DG1 2AN
Telephone
+44 1387262334
Country
United Kingdom