Section one: Contracting authority
one.1) Name and addresses
The Wheatley Housing Group Limited
25 Cochrane Street
Glasgow
G1 1HL
Contact
Ian Brown
Telephone
+44 8004797979
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10306
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
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
Other type
Housing Association
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Rope Access- Buildings Inspection Surveys and Repairs
two.1.2) Main CPV code
- 71315400 - Building-inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Building Inspection Surveys and Repairs
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71315400 - Building-inspection services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow and Central Belt
two.2.4) Description of the procurement
The service provider will be expected to deliver a programme of planned high level tactile inspections of its multi storey blocks, using the rope access method (Mast Climbers or Cradles are not an option). We may also require the service provider to carry out drone survey inspections and thermal imagery inspections upon request. Service providers must be able to provide this requirement should it be necessary.
The Landlord survey inspections will be carried out annually on a percentage of blocks on a rolling program basis over 5 years. Service Providers must be able to carry out a minimum of 27 block inspections per annum. Flexibility of approach will be a requirement by the service provider. Prioritisation of blocks and the frequency of the inspection regime for individual blocks will be agreed between Wheatley Group and the appointed service provider in line with Wheatley Group business needs throughout the contract period.
Certain key triggers could determine frequency, including but not limited to:
Height of blocks e.g. Number of storeys
Location e.g. Exposed location
Known condition e.g. localised blemishes, staining, weathering
Identified issue(s) after inspection e.g. required maintenance etc
The survey and inspection, including high resolution digital photographs, has to cover the external envelope and external fabric of blocks including but not limited to;
External Wall Insulation (EWI)
Rain Screen Cladding (RSC)
Other wall finishes
Roofing
Lightning Protection
Plant, tank, lift motor rooms and drying areas (housing -where situated on roof of MSF)
Roof Edge, Parapet walls and capping
Exposed areas of the structure
Walkways and screens; floors, walls, ceiling, balustrades, frames (considered open to the outside elements)
Windows and Doors
Expansion Joints
Structural openings
Sealants
Balconies; external enclosures, floors, walls, ceiling, balustrades, frames
Flashings
Canopies
External ground floor including bin areas, bulk areas, office areas
Repairs Work
The service provider will be expected to deliver a programme of planned repairs work.
This will include but not limited to:
Breaking out and repairing concrete.
Cutting out and repairing render
Painting of external render
Installation of render boards
Mortar and sealant repairs
Resecuring metal/capping at high level
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2024
End date
30 June 2027
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months
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
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
Service providers must be a member of IRATA
Service providers must have OHSAS18001
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
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
8 April 2024
Local time
12:00pm
Changed to:
Date
23 April 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
Tender must be valid until: 4 October 2024
four.2.7) Conditions for opening of tenders
Date
8 April 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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=759753.
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:
Details are in tender documents
(SC Ref:759753)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=759753
six.4) Procedures for review
six.4.1) Review body
Wheatley Group
Glasgow
Country
United Kingdom