Tender

Rope Access- Buildings Inspection Surveys and Repairs

  • The Wheatley Housing Group Limited

F02: Contract notice

Notice identifier: 2024/S 000-006961

Procurement identifier (OCID): ocds-h6vhtk-044572

Published 5 March 2024, 10:09am



The closing date and time has been changed to:

23 April 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

Contact

Ian Brown

Email

ian.brown@wheatley-group.com

Telephone

+44 8004797979

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.wheatley-group.com

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