Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 21st Nov 2024
Reference | ocds-h6vhtk-04bd8d |
Common Procurement Vocabulary | Building services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 21st Nov 2024
Reference | ocds-h6vhtk-04bd8d |
Common Procurement Vocabulary | Building services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Berwickshire Housing Association Ltd
55 Newtown Street, Duns
Berwickshire
TD11 3AU
admin [at] berwickshireha.co.uk
Telephone
+44 1361884000
Country
United Kingdom
NUTS code
UKM91 - Scottish Borders
Internet address(es)
Main address
http://www.berwickshirehousing.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15982
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.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/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
10% SCS and Ongoing Training & Validation
II.1.2) Main CPV code
- 71315000 - Building services
II.1.3) Type of contract
Services
II.1.4) Short description
BHA intends to appoint a single supplier to provide us with a 10% Stock Condition Survey (approx 200 properties) and Financial Forecasting Data services to be completed by March 24 and for validation and verification of our in-house SCS data till 31 March 29 the contract period.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
II.2.4) Description of the procurement
Berwickshire is commissioning a stock condition survey and life cycle costings for 10% of its properties to be carried out by March 24. The remaining surveys will be completed inhouse over a rolling 5-year programme but with support, training, verification and validation over that period being provided externally. This information will enable an informed assessment to be made of the future maintenance, cyclical and investment requirements of our stock over a 30-year period and help shape our Asset Management Strategy.
The detailed data provided from this survey will be used to review and refine our planned and cyclical maintenance programmes.
The survey will also assist Berwickshire Housing Association to update their current position in relation to the Scottish Housing Quality Standard (SHQS) and the Energy Efficiency Standard for Social Housing (EESSH). The successful consultant will be required to provide a report listing any improvements required to meet SHQS and EESSH. But also, to provide details on recommendations for future investigations or measures to be undertaken to meet the estimated requirements of the new Net Zero Standard.
The detailed SCS data provided from the surveys must be provided in a format that can be loaded to MIS Active H via a Microsoft Excel Loader sheet. Copies of the actual survey data will also be required to be provided to BHA for our records in an electronic format.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Cost of Service / Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
54
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for a period of 4 years, 4 months; it will initially run for 2 years, 4 months and then will have the option to extend for a further 2 single 12-month periods at The Association’s individual discretion.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
See attached 'BHA ITT- SCS Services - Final'
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See attached 'BHA ITT- SCS Services - Final'
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.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
See attached, BHA ITT- SCS Services - Final
III.2.2) Contract performance conditions
KPIs to be agreed after award
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
23 December 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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)
IV.2.7) Conditions for opening of tenders
Date
23 December 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: As per the ITT
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Please ensure that you comprehensively read and understand the ITT documents as they outline your requirements for the submission of the SPD, the Quality and the Pricing Schedule.
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=783852.
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.
(SC Ref:783852)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court House
Ettrick Terrace
Selkirk
TD7 4LE
Country
United Kingdom