Section one: Contracting authority
one.1) Name and addresses
Clydesdale Housing Association Ltd
39 North Vennel
Lanark
ML11 7PT
Telephone
+44 1555665316
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15565
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
http://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://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
Quantity Surveying (QS), Building Surveyor (BS) and Principal Designer (PD) Services
two.1.2) Main CPV code
- 71315000 - Building services
two.1.3) Type of contract
Services
two.1.4) Short description
Quantity Surveying (QS), Building Surveyor (BS) and Principal Designer (PD) Services for Cyclical and Planned Projects. The Measured Term Contract (MTC) will be for a maximum period of 5 years; it will initially run till 2025 to 2028 with the option to extend for a further 2 x single 12-month periods at Clydesdale Housing Associations discretion to have a phased approach to deliver each year’s programme.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The successful consultant must be able to deliver Quantity Surveyor Services, Building Surveyor Services and Principal Designer Services on all projects as set out in APPENDIX A: SPECIFICATION AND SCOPE OF SERVICE (at the end of this ITT) and the Supplementary Requirements as set out in the ITT.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Cost of Service / Weighting: 40%
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
The Framework will be for a period of 5 years; it will initially run for 3 years and then will have the option to extend for a further 2 single 12-month periods at The Association discretion.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Any additional services required in connection with QS, BS and PD services with CHA operating activities.
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
As set out in the ITT
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
As set out in the ITT
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
As set out in the ITT - RICS
three.2.2) Contract performance conditions
As per attached KPIs
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.1.8) 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
30 June 2025
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 June 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: As per the ITT
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
Please ensure that you comprehensively read and understand all the ITT and associated documents and submit the requested information and supporting documents as required.
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=800313.
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:
As per ITT and CB clause
(SC Ref:800313)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
Country
United Kingdom