Section one: Contracting authority
one.1) Name and addresses
East Kilbride Housing Association Ltd
2 Old Coach Road
East Kilbride
G74 4DP
Telephone
+44 1355227751
Fax
+44 1355236247
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=AA15142
one.1) Name and addresses
West Whitlawburn Housing Co-operative Limited
57 Belmont Road, Cambuslang
Glasgow
G72 8PG
Telephone
+44 1416418628
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=AA12283
one.1) Name and addresses
Rutherglen & Cambuslang Housing Association Ltd
Aspire Business Centre, 16 Farmeloan Road
Rutherglen
G73 1DL
Telephone
+44 1416474917
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=AA17003
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
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
Repairs & Maintenance and Voids Framework 2024 - 2028
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
East Kilbride Housing Association, West Whitlawburn Housing Co-operative and Rutherglen & Cambuslang Housing Association are jointly procuring 'Repairs & Maintenance Lotted Framework 2024 – 2028.
This framework will have 4 separate trade lots based on our requirements.
1 Multi Trade Works - including any combination of trades but must include Joiner, Electrician, Plumbing, Painter, Builder, Roofer & Plasterer works (including out of hours cover) and Voids. Can also include Kitchen & Bathroom renewal works and Medical Adaptation
2 Joinery - Can also include Kitchen renewal works
3 Plumbing - not gas service or heating but can also include Bathroom renewal works and Medical Adaptation
4 Electrical - including Door Entry, TV Aerials and Electrical Heating works
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
As set out in the ITT for the options in addition to 2 lots.
two.2) Description
two.2.1) Title
Multi Trade Works
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM8 - West Central Scotland
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
Multi Trade Works - including any combination of trades but must include Joiner, Electrician, Plumbing, Painter, Builder, Roofer & Plasterer works (including out of hours cover) and Voids. Can also include Kitchen & Bathroom renewal works and Medical Adaptation
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Cost criterion - Name: Cost of Service / Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be for a period of 4 years; it will initially run for 24 months and then will have the option to extend for a further 2 single 12-month periods at The Clients individual discretion.
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
See ITT
two.2) Description
two.2.1) Title
Joinery
Lot No
2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM95 - South Lanarkshire
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
Joinery - Can also include Kitchen renewal works
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Cost criterion - Name: Cost of Service / Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be for a period of 4 years; it will initially run for 24 months and then will have the option to extend for a further 2 single 12-month periods at The Clients individual discretion.
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
See ITT
two.2) Description
two.2.1) Title
Plumbing
Lot No
3
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
- UKM82 - Glasgow City
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
Plumbing - not gas service or heating but can also include Bathroom renewal works and Medical Adaptation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Cost criterion - Name: Cost of Service / Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be for a period of 4 years; it will initially run for 24 months and then will have the option to extend for a further 2 single 12-month periods at The Clients individual discretion.
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
See ITT
two.2) Description
two.2.1) Title
Electrical
Lot No
4
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
- UKM82 - Glasgow City
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
Electrical - including Door Entry, TV Aerials and Electrical Heating works.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Cost criterion - Name: Cost of Service / Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be for a period of 4 years; it will initially run for 24 months and then will have the option to extend for a further 2 single 12-month periods at The Clients individual discretion.
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
See 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
See attached ITT - SPD and Price & Quality Evaluation - R&M and Voids - Final for Tender
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
See attached ITT - SPD and Price & Quality Evaluation - R&M and Voids - Final for Tender
three.2.2) Contract performance conditions
As per KPIs attached
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-030505
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
7 March 2024
Local time
12:00pm
Changed to:
Date
7 February 2024
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 March 2024
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: See attached ITT - SPD and Price & Quality Evaluation - R&M and Voids - Final for Tender
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 read the ITT first and understand your submission requirements and dates. We have attached in the 'ITT and all Associated Documents' Zip File template responses and a guidance document for The SPD and The Quality submission.
The Contract Documents are in the zip files named 'EKHA Contract Documents', 'RCHA Contract Documents' and 'WWHC Contract Documents'
The pricing documents and associated forms to be completed in connection with the Contract are in the zip file named 'Pricing Documents and Forms to be Completed and Returned'
PLEASE MAKE SURE THAT YOU READ AND UNDERSTAND THE SUBMISSION REQUIREMENTS AND ASK ANY QUESTIONS YOU HAVE ON THE PCS PORTAL.
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=754609.
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 the ITT and the CB Clause for % contribution on Framework form to be completed and returned.
(SC Ref:754609)
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