猛料视频

Construction Tenders

14 July 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 30th May 2025

Tender Details
Referenceocds-h6vhtk-0529f2
Common Procurement VocabularyBuilding services
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 30th May 2025

Tender Details
Referenceocds-h6vhtk-0529f2
Common Procurement VocabularyBuilding services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Clydesdale Housing Association Ltd

39 North Vennel

Lanark

ML11 7PT

Email

info [at] clydesdale.co.uk

Telephone

+44 1555665316

Country

United Kingdom

NUTS code

UKM95 - South Lanarkshire

Internet address(es)

Main address

Buyer's address

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Quantity Surveying (QS), Building Surveyor (BS) and Principal Designer (PD) Services

II.1.2) Main CPV code

  • 71315000 - Building services

II.1.3) Type of contract

Services

II.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鈥檚 programme.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

II.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

II.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.

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

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.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

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

As set out in the ITT


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

As set out in the ITT

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

As set out in the ITT - RICS

III.2.2) Contract performance conditions

As per attached KPIs

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

30 June 2025

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

30 June 2025

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 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 .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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:

A summary of the expected community benefits has been provided as follows:

As per ITT and CB clause

(SC Ref:800313)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom