Tender

Yorkhill HA Gas maintenance Contract 2024

  • Yorkhill Housing Association Ltd

F02: Contract notice

Notice identifier: 2024/S 000-002987

Procurement identifier (OCID): ocds-h6vhtk-04358f

Published 30 January 2024, 8:43am



Section one: Contracting authority

one.1) Name and addresses

Yorkhill Housing Association Ltd

1271 Argyle Street

Glasgow

G3 8TH

Email

administration@yorkhillha.org

Telephone

+44 1412857910

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.yorkhillha.org

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15182

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Yorkhill HA Gas maintenance Contract 2024

Reference number

6354

two.1.2) Main CPV code

  • 50531200 - Gas appliance maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The services and works to be undertaken (hereinafter referred to as the Works) comprises the provision of a term maintenance contract for:

an all-inclusive comprehensive annual gas inspection, servicing, certification & maintenance contract [with provisional associated replacement works, including boilers, CH systems and associated works] to approximately 416 domestic and 2 commercial [office] Gas Central Heating Installations covering all labour, parts and certification to maintain fully functioning hot water & heating systems as categorised under the Right to Repair Statutory Scheme in the Employer’s tenanted flats/ houses (which quantity may vary from time to time), all within Yorkhill, Glasgow G3 as detailed in Schedule 1, which is the Contract Area.

The services also include [refer reporting format at Schedule 12]:

gas safety checks to 3 properties with gas meters but no gas appliances comprising detector operation/ functionality and temporary heating requirements;

gas safety checks to 10 properties with no gas meter comprising detector operation/ functionality and temporary heating requirements;

inspections/ servicing and recording for all flats and offices: the smoke/ heat/ CO detectors expiry dates and serial numbers; magna clean/ filter check & clean; check & record inhibitor levels; recording boiler serial numbers; recording meter types and measuring/ assessing/ recording visual mould growth locations in flats.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50720000 - Repair and maintenance services of central heating

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Yorkhill, Glasgow G3

two.2.4) Description of the procurement

The tender documents comprise (1) the SPD document [minimum selection standards]; (2) the Specification of Works [contract & tender pricing document]; and (3) your Contractor Design Proposals [CDP], which will be your tender quality submission.

The tender evaluation will comprise the SPD, your quality score for your Contractor Design Proposals [CDP]; and the Contract Sum stated on the Form of Tender.

The submitted SPD will assess the selection criteria as a pass or fail to identify contractors who pass by meeting the specified criteria. Only those contractors who achieve an SPD pass will have their tender quality and cost considered/ evaluated.

The criteria for scoring will be to reach a total percentage score as follows:

Price (tender)- deducting 1% from 100 for every percentage point each tender is in excess of the lowest tender, prior to weighting.

Quality- Contractor Design Proposals [CDP] scoring will be maximum 100 marks, submissions ranked in relation to the other candidates based on the Employer’s stated aspirations/ requirements and the information provided by the candidate(s). The Contractor Design Proposal [CDP] scores will be converted to a percentage, prior to weighting.

The highest scoring candidate may be recommended for acceptance as the preferred contractor

two.2.5) Award criteria

Quality criterion - Name: CDP Quality / Weighting: 80

Price - Weighting: 20

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

The initial contract period is from 1st April 2024 to 31st March 2025, with options to extend the contract solely at the Employer’s discretion on an annual basis thereafter to 31st March 2029.

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

Refer to 'Instructions to Contractors and Project Criteria at Specification of Works pages 3-11.


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

Refer to the SPD and Specification of Works pages 6-7:

Minimum standards to be maintained for contractors delivering the services/ works include:

Company equal opportunities policy to be maintained and enacted; Gas Safe registration, relevant to the requirements of this contract, at both company and operative level; Gas Engineers delivering the services must be GasSafe registered and hold the Full Domestic ACS qualification; All operatives delivering the services must be UKATA [or equal] asbestos awareness trained; Detector installers delivering the services must be certified Aico 'Expert Installer LD2 CPD trained' or equivalent; Company accreditation for compliance in accordance with ISO 9001&14001 and BS ISO 45001; meeting the assessment requirements of a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP) and PAS 2030 registration.

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

GasSafe registered heating engineers

three.2.2) Contract performance conditions

Refer Specification of Works

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

29 February 2024

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

29 February 2024

Local time

1:00pm

Place

Yorkhill Housing Association

1271 Argyle Street

Glasgow G3 8TH

Information about authorised persons and opening procedure

Staff and committee members in accordance with Yorkhill HA tendering procedures


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Refer to 'Instructions to Contractors and Project Criteria' at Specification of Works pages 3-11

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=756543.

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:

Refer Specification of Works Schedule 9

(SC Ref:756543)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9TW

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

Internet address

www.scotcourts.gov.uk