Section one: Contracting authority
one.1) Name and addresses
Prospect Community Housing Ltd
6 Westburn Avenue, Wester Hailes
Edinburgh
EH14 2TH
Contact
Neil Munro
Telephone
+44 1314585480
Fax
+44 1314532868
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11963
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
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
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
Gas Service Contract 2023 - 2028
two.1.2) Main CPV code
- 50531200 - Gas appliance maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contract primarily involves Gas Servicing throughout tenant occupied properties and additional work to our properties at the void stage. The Contract duration is three years from the commencement date of 1st August 2023 until the 31st July 2026 the work is generally the annual gas service of the appliance and any reactive maintenance (including parts) required to each appliance. This includes the testing and service to existing smoke, heat and CO detectors.
Subject to satisfactory performance of the Contractor, which will be assessed through measurement of the Key Performance Indicator’s, which will be detailed in the Invitation to Tender. It is intended that the Contract will be further extended annually in twelve months increments up to a maximum of two years and an overall maximum contract period of five years.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50800000 - Miscellaneous repair and maintenance services
- 50531200 - Gas appliance maintenance services
- 50531100 - Repair and maintenance services of boilers
- 50531000 - Repair and maintenance services for non-electrical machinery
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Wester Hailes, Edinburgh
two.2.4) Description of the procurement
Two stage tendering (all economic operators may submit a SPD (Scotland) application in accordance with Regulation 29 'Restricted Procedure' of the Public Contracts (Scotland) Regulations 2015
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2028
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 (1/8/2026-31/7/2028) at an estimated value 100000GBP (excluding VAT) per annum. The annual estimated value of the contract is 100000 GBP excluding VAT.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Completion of SPD.
Mandatory and discretionary exclusion grounds.
Selection criteria measured on Section C: Technical and Professional Ability.
Completion f the following sections -
4C.1.2
4C.2
4C.3
4C.4
4C.6 and 4C.6.2
4C.7
4C.8.1 and 4C.8.2
4C.9
4C.10
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 (Scotland) document v1.2 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
List and brief description of conditions:
4A.1 - Bidders are required to be enrolled in the relevant professional or trade registers (or equivalent) within the country in which they are established including;
- Gas Safe Register;
4A.2 - Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.
three.1.2) Economic and financial standing
List and brief description of selection criteria
List and brief description of selection criteria:
Question 4B.1.1 - Bidders will be required to have a minimum 'general' yearly turnover of 200,000 GBP for the last two years.
Question 4B.2.1 - Bidders will be required to have a specific gas maintenance yearly turnover of a minimum of 200,000 GBP for the last two years.
Question 4B.3 - 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.
Questions 4B.5.1 and 4B.5.2 - 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 - 10,000,000 GBP Public Liability Insurance - 10,000,000 GBP Contractors All Risk Insurance - 1,000,000 GBP
If all information is available electronically within this section it must be indicated on SPD.
three.1.3) Technical and professional ability
List and brief description of selection criteria
List and brief description of selection criteria:
4C.1.2 - Bidders will be required to provide two examples that demonstrate that they have the relevant experience to deliver this contract.
Complete the following sections:
4C.2
4C.3
4C.4
4C.6 and 4C.6.1
4C.7
4C.8.1 and 4C.8.2
4C.9
4C.10
Bidders responses to Part C of the SPD will be limited to a maximum of fifteen A4 single sided pages, excluding any certification that a Bidder submits in support of their response, which must be completed in English using Arial 11 font
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The performance of the successful Bidder (the Contractor) will be monitored through the Key Performance Indicators. Where performance falls below the minimum acceptable level during the Contract, the Contractor will be required to produce a Remedial Plan for the approval of Prospect Community Housing.
Failure to produce a Remedial Plan or implement an approved Remedial Plan will be deemed to be a breach of the Contract, which may lead to the termination of the Contractor's Contract.
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
Restricted 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
10 April 2023
Local time
4:30pm
Changed to:
Date
11 April 2023
Local time
4:30pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 April 2023
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: 31 July 2023
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2028
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 (Scotland) Document v1.2, 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 submission 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.
Prospect Community Housing will disregard, and not evaluate the remainder of a submission should it fail to achieve the minimum score of 2 (a Pass) against any of the Questions included with Part C.
Prospect Community Housing anticipate that the shortlist will be restricted to 5 bidders invited to ITT stage. The highest scoring bidders will be selected for the ITT stage.
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=716895.
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:716895)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sherriff Court and Justice of the Peace
Edinburgh
Country
United Kingdom