Section one: Contracting authority
one.1) Name and addresses
Link Group Ltd
Link House, 2C New Mart Road
Edinburgh
EH14 1RL
Contact
Steven Gallagher
Telephone
+44 3451400100
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
one.1) Name and addresses
Horizon Housing Association Limited
Leving House, Fairbairn Place
Livingston
EH54 6TN
rob.ormston@horizonhousing.org
Telephone
+44 7784239374
Country
United Kingdom
NUTS code
UKM78 - West Lothian
Internet address(es)
Main address
https://www.horizonhousing.org/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12122
one.1) Name and addresses
Larkfield Housing Association
14 Lothian Road
Greenock
PA16 0PG
Telephone
+44 1475630930
Fax
+44 1475636111
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17004
one.1) Name and addresses
West Highland Housing Association
Crannog Lane
Oban
PA34 4HB
Telephone
+44 1631566451
Fax
+44 1631565711
Country
United Kingdom
NUTS code
UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Internet address(es)
Main address
http://www.westhighlandha.co.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16202
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from another address:
A.D.A Construction Consultants
Pavilion 3, St James Business Park, Linwood Road
Paisley
PA3 3BB
Contact
Alan Shanks
Telephone
+44 1418160184
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
https://www.publiccontractsscotland.gov.uk
Tenders or requests to participate must be submitted electronically via
https://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
https://www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Other type
Registered Social Landlord
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Three Year Contract for Servicing, Maintenance and Reactive Repairs for Fire Detection Systems and Emergency Lighting
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
Link Group are seeking a single contractor to provide a planned preventative maintenance regime service, ensuring all existing properties are compliant with current and future regulations for the following systems:
- Dry Risers
- Wet Risers
- Emergency Lighting Systems
- Fire Alarms and Detector Systems
- Fire Extinguishers and Fire Blankets
- Smoke Vent Systems
- Sprinkler Systems
- Fire Hydrants
- Intruder Alarms
- Mist Systems
two.1.5) Estimated total value
Value excluding VAT: £1,850,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44165200 - Risers
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 35111300 - Fire extinguishers
- 35111500 - Fire suppression system
- 35111520 - Fire suppression foam or similar compounds
- 45312100 - Fire-alarm system installation work
- 45343000 - Fire-prevention installation works
- 50413200 - Repair and maintenance services of firefighting equipment
- 51700000 - Installation services of fire protection equipment
- 75251110 - Fire-prevention services
- 39525400 - Fire blankets
- 31518200 - Emergency lighting equipment
- 44115500 - Sprinkler systems
- 45343230 - Sprinkler systems installation work
- 44482200 - Fire hydrants
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
- 51100000 - Installation services of electrical and mechanical equipment
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50711000 - Repair and maintenance services of electrical building installations
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
- UKM7 - Eastern Scotland
- UKM9 - Southern Scotland
Main site or place of performance
Throughout Central Belt of Scotland
two.2.4) Description of the procurement
Single Stage Tendering in accordance with Regulations 28 (Open Procedure) of the Public Contracts (Scotland) Regulations 2015
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,850,000
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
May take up option of twelve month extensions up to a maximum of two further years (2028-2030) at an estimated value 370000 GBP (excluding VAT) per annum. The estimated annual value of the contract is 370000 GBP excluding VAT.
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
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
SPD Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for each subcontractor.
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
NICEIC or SELECT membership
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum 'general' yearly turnover of 740000 GBP for the last two years or have an average yearly
turnover of a minimum of 740000 GBP for the last two years.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set
up or started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded
contract, the types and levels of insurances indicated below:
Employer's (Compulsory) Liability Insurance - 5,000,000 GBP
Public Liability Insurance - 5,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must be able to provide two examples of similar Servicing, Maintenance and Reactive Repairs services similar to the requirements of Link Group undertaken during the last three years that demonstrate that they have the relevant experience to deliver the services/supplies for the following services;
- Dry Risers
- Wet Risers
- Emergency Lighting Systems
- Fire Alarms and Detector Systems
- Fire Extinguishers and Fire Blankets
- Smoke Vent Systems
- Sprinkler Systems
- Fire Hydrants
- Intruder Alarms
- Mist Systems
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Contract Performance Conditions are described within Tender Document A 'ITT and Quality Questionnaire' and Tender Document B 'Price Schedule' provided with the Contract Notice
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
Originally published as:
Date
6 February 2025
Local time
12:00pm
Changed to:
Date
13 February 2025
Local time
12:00pm
See the change notice.
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
Tender must be valid until: 7 May 2025
four.2.7) Conditions for opening of tenders
Date
6 February 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: 2027 at the earliest if the optional 12 month extensions are not applied
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
SPD, Part IV Section C 'Technical and Professional Ability' will be scored on a pass or
fail basis using the following scoring methodology;
0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. A Tenderer which scores ‘0 – Unacceptable’ against any question will be disqualified.
1 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 – Very Good - Response is largely relevant and very good. The response demonstrates a very good understanding of the requirements and provides adequate details on how the requirements will be fulfilled.
5 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
A Tenderer will be required to achieve a minimum score of 2 against each Question within Part C, i.e. a score of 2 or greater shall represent a Pass whereas a score of 1 or lower will represent a Fail.
Link Group will disregard, and not evaluate the remainder of a Tenderers bid should the Tenderer fail to achieve the minimum score of 2 (a Pass) against any of the Questions included with Part C
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=785934.
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:785934)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=785934
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of Peace Court
Edinburgh
Country
United Kingdom