Section one: Contracting authority
one.1) Name and addresses
Cloch Housing Association
19 Bogle Street
Greenock
PA15 1ER
Contact
Paul McColgan
paulmccolgan@clochhousing.org.uk
Telephone
+44 1475783647
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.clochhousing.org.uk
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 another address:
A.D.A Construction Consultants
Pavilion 3, Linwood Road, St James Business Park
Paisley
PA3 3BB
Contact
Alan Shanks
Telephone
+44 1418160184
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.publiccontractsscotland.gov.uk
Tenders or requests to participate must be submitted electronically via
https://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
https://www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Other type
Registered Social Landlord
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cloch Housing Association - Two Year Framework Agreement for Void Property Works
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
Cloch Housing Association are seeking to establish a Two Year Framework Agreement with a maximum of four suitably experienced and qualified Service Providers for the provision of Void Property Works to residential dwellings. It is envisaged that the Framework Agreement will commence by Thursday 1st June 2023 and will operate for a maximum of two years (with the option of annual 12 month extensions up to a maximum of a further two years) and will be delivered throughout Inverclyde. The estimated value of the Two Year Framework Agreement is 800,000 GBP and the estimated annual value of each 12 month optional extension is 400,000 GBP. The total estimated value for the potential four year length of the Framework Agreement is 1,600,000 GBP (inclusive of the two twelve month optional extensions).
It is the intention of Cloch Housing Association to hold a ‘Meet the Buyer and Contractors Workshop Event’ during the tender period. The Event will be fee of charge and shall provide an overview of the Framework Agreement requirements, Cloch Housing Association’s aspirations, a summary of the procurement process and in-depth information on how to complete the tender documents and submit a bid through the Contract Notice.
The ‘Meet the Buyer and Contractors Workshop Event’ will be held at 10.00GMT on Thursday 23rd March 2023 at the Beacon Arts Centre, Custom House Quay, Greenock, PA15 1HJ.
Interested parties are restricted to a maximum of 2 delegates from their organisation. To record your interest, please email the names of your organisations delegates to alan.shanks@ada-cc.co.uk no later than 12:00 noon GMT on Tuesday 21st March 2023. Places will be allocated on a first come first served basis and further information on the ‘Meet the Buyer and Contractors Workshop Event’ schedule will be issued to registered delegates in advance of the 23rd March 2023. In the event of over-subscription we may restrict attendance to a single delegate per organisation.
two.1.5) Estimated total value
Value excluding VAT: £1,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
- 50720000 - Repair and maintenance services of central heating
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Greenock, Port Glasgow and Inverkip, Inverclyde
two.2.4) Description of the procurement
Single Stage Tendering in accordance with Regulations 28 (Open Procedure) and 34 (Framework Agreements) of the Public Contracts (Scotland) Regulations 2015
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,600,000
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
May take up option of twelve month extensions up to a maximum of two further years (2025-2027) at an estimated value 400000 GBP (excluding VAT) per annum.
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) 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
NICEIC or SELECT Electrical Contractors Association of Scotland
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum 'general' yearly turnover of 100000 GBP for the last two years or have an average yearly turnover of a minimum of 100000 GBP for the last two years.
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.
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 - 5,000,000 GBP
Public Liability Insurance - 5,000,000 GBP
Contractors All Risk Insurance - 1,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must be able to provide two examples of similar Void Property Works to the requirements of Cloch Housing Association undertaken during the last three years that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Bidders must have sufficient manpower, managerial staff and relevant tools, plant or technical equipment to undertake and deliver Void Property Works to a minimum of thirty residential dwellings to Cloch Housing Association annually during the Framework Agreement.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
'Tender Document F- Responsive v7.1 Volume 1(e) KPI Framework' attached to this Contract Notice.
Where performance falls below the minimum acceptable level during the Contract, Service Providers will be required to produce a Remedial Plan for the approval of Cloch Housing Association.
Failure to produce a Remedial Plan or implement an approved Remedial Plan will be deemed to be a breach of the Framework Agreement, which may lead to the termination of a Service Provider.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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
13 April 2023
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
Tender must be valid until: 13 July 2023
four.2.7) Conditions for opening of tenders
Date
13 April 2023
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: 2025 at the earliest if the optional 12 month extensions are not applied
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
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=725891.
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:725891)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Greenock
Country
United Kingdom