Section one: Contracting authority
one.1) Name and addresses
River Clyde Homes
Clyde View, 22 Pottery Street
Greenock
PA15 2UZ
Contact
Brian Murphy
procurement@riverclydehomes.org.uk
Telephone
+44 8000132196
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=AA12102
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 the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://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
Void Property Reinstatement Works
Reference number
RCH629
two.1.2) Main CPV code
- 45421000 - Joinery work
two.1.3) Type of contract
Works
two.1.4) Short description
River Clyde Homes are seeking to appoint a highly competent and experienced contractor to undertake the refurbishment of void properties, bring them back to a lettable standard.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45332200 - Water plumbing work
- 45311000 - Electrical wiring and fitting work
- 45451000 - Decoration work
- 45410000 - Plastering work
- 45260000 - Roof works and other special trade construction works
- 45261320 - Guttering work
- 45261300 - Flashing and guttering work
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Inverclyde
two.2.4) Description of the procurement
River Clyde Homes is seeking to appoint a highly competent and experienced contractor to undertake the reinstatement and refurbishment of void properties within Inverclyde.
Throughout the lifecycle of the contract, the successful company may be required to
turn around Void properties at a rate of circa 35 per month. The voids will be a mixture of standard and major voids. Only bidders who have the relevant resources and experience to complete this level of work should submit a bid.
The basis of payment for the Void works will be a % adjustment against the NHF Schedule of Rates Version 8 (attached as Appendix E). The works will be scoped up by RCH staff and issued to the contractor. Any on-site variations that arise following the initial scoping exercise require to be evidenced and agreed with RCH prior to any works being undertaken
Standard Voids will be required to be returned within 10 working days, with Major Voids being returned within 30 working days.
Major voids may include a new kitchen, a new bathroom, décor, extensive plaster works, plus external works (e.g. patch render, path works, gutters, fences). A kitchen specification is provided at Appendix F.
Payment for the works will be made on an incremental completion basis per each individual property (50% complete and then 100% complete). RCH will agree with the successful bidder what completion stage each property has achieved and only then will invoices be submitted and payment released. This will be further discussed and agreed with the successful company at a pre-start meeting.
Interested parties must first evidence to River Clyde Homes via the SPD that they have the requisite technical capacity, and experience to undertake works of this nature before they will be taken forward to the full tender evaluation.
two.2.5) Award criteria
Quality criterion - Name: Methodology & Approach / Weighting: 20.00%
Quality criterion - Name: Risk Mitigation / Weighting: 5.00%
Quality criterion - Name: Community Benefits / Weighting: 10.00%
Quality criterion - Name: Fair Work First / Weighting: 5.00%
Price - 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 contract will run for an initial two-year duration. RCH may wish at its sole discretion to extend any resultant agreement for up to a further two, twelve-month periods subject to the agreement of the successful bidder.
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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2.2) Contract performance conditions
KPI's for the contract are detailed within the attached tender documents.
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
18 February 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
18 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: January 2029
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
Tender documents must be submitted electronically via the PCS electronic post-box. Any tender not submitted via the post-box will not be considered. Any questions in relation to the tender must be raised via the 'Question and Answer' function of the PCS website.
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=788144.
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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
All sub-contractors require to be in place for the contract start date.
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 part of this procurement process, River Clyde Homes are hoping to secure funding (either in full or in part) from the successful bidder to appoint a Housing & Communities Connector Officer.
This person will support tenants and households at risk of homelessness, taking a holistic and asset-based community development approach to enable tenancy sustainment.
Also, bidders require to set out what other specific, tangible, community benefits they will bring to the Inverclyde area in the event of a successful bid. These benefit's may address (but are not limited to), targeted recruitment & training; equal opportunities; supply-chain initiatives; environmental initiatives (recycling), community consultation; contributions to education; the promotion of social enterprises; and resources for community initiatives. These benefits must be specific to this contract and not part of a wider Corporate Social Responsibility (CSR) programme.
10% of the total tender score will be allocated to this award criterion.
(SC Ref:788144)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=788144
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
1 Nelson Street
Greenock
Telephone
+44 1475787073
Country
United Kingdom