Section one: Contracting authority
one.1) Name and addresses
Procurement for Housing Ltd (t/a PfH Scotland)
Lomond Court
Stirling
FK9 4TU
Contact
Patricia Conway
Telephone
+44 8000315405
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/procurementforhousing/aspx/Home
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
https://in-tendhost.co.uk/procurementforhousing/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/procurementforhousing/aspx/Home
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Responsive Repairs, Voids and Multi Trade Project Works Dynamic Purchasing System (iFlair Consortium/West Central Scotland)
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Procurement for Housing wish to establish a DPS for the delivery of responsive repairs, voids and multi trade project works for PfH Members throughout West Central Scotland. It is intended that the DPS will run for an initial period of four years with the option to extend for a further period of up to three years. The estimated value is based on the maximum seven-year period.
The opportunity has been divided into six categories as follows:
1. Joinery Repairs
2. Electrical Repairs
3. Plumbing Repairs
4. Voids and Multi Trade Work
5. Out of Hours
6. Specialist Works
Organisations can apply to become qualified suppliers in one or more lots.
iFlair is a consortium of housing associations in Inverclyde, East Renfrewshire and Renfrewshire. It is envisaged that member’s will utilise this DPS for the procurement of contracts to deliver the services defined above based on their individual and/or joint requirements. At the invitation to tender stage PfH Members will define the requirements including tender requirements and specification, delivery model, pricing model and form of contract.
two.1.5) Estimated total value
Value excluding VAT: £42,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Joinery Repairs
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
Delivery of responsive joinery repairs and/or joinery refurbishment works and related planned preventative works.
Qualified Contractors may be required to supplement direct labour, or fully manage the end-to-end process of delivering repairs/works on behalf of PfH Members including call handling, repairs diagnostics and work scheduling.
The award criteria will be based on quality and price. Weightings will be formulated more precisely within the individual DPS Invitation to Tender contract documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is intended that the DPS will run for an initial period of four years with the option to extend for a further period of up to three years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic
purchasing system.
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) Description
two.2.1) Title
Electrical Repairs
Lot No
2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50711000 - Repair and maintenance services of electrical building installations
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
Delivery of responsive electrical repairs and/or electrical refurbishment works and related planned preventative works.
Qualified Contractors may be required to supplement direct labour, or fully manage the end-to-end process of delivering repairs/works on behalf of PfH Members including call handling, repairs diagnostics and work scheduling.
The award criteria will be based on quality and price. Weightings will be formulated more precisely within the individual DPS Invitation to Tender contract documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is intended that the DPS will run for an initial period of four years with the option to extend for a further period of up to three years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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) Description
two.2.1) Title
Plumbing Repairs
Lot No
3
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
Delivery of responsive plumbing repairs and/or plumbing refurbishment works and related planned preventative works.
Qualified Contractors may be required to supplement direct labour, or fully manage the end-to-end process of delivering repairs/works on behalf of PfH Members including call handling, repairs diagnostics and work scheduling.
The award criteria will be based on quality and price. Weightings will be formulated more precisely within the individual DPS Invitation to Tender contract documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is intended that the DPS will run for an initial period of four years with the option to extend for a further period of up to three years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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) Description
two.2.1) Title
Voids and Multi Trade Work
Lot No
4
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50711000 - Repair and maintenance services of electrical building installations
- 50800000 - Miscellaneous repair and maintenance services
- 50700000 - Repair and maintenance services of 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
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
Delivery of voids and associated refurbishment and/or minor project works. Qualified Contractors may be required to supplement direct labour, or fully manage the end-to-end process of delivering voids on behalf of PfH Members including call handling, repairs diagnostics and work scheduling.
The award criteria will be based on quality and price. Weightings will be formulated more precisely within the individual DPS Invitation to Tender contract documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is intended that the DPS will run for an initial period of four years with the option to extend for a further period of up to three years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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) Description
two.2.1) Title
Out of Hours
Lot No
5
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50711000 - Repair and maintenance services of electrical building installations
- 50800000 - Miscellaneous repair and maintenance services
- 50700000 - Repair and maintenance services of 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
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
Delivery of emergency responsive repairs requirements for all trades outside of standard working hours on a 365 basis.
Qualified Contractors may be required to provide out of hours call handling and repairs diagnostics.
The award criteria will be based on quality and price. Weightings will be formulated more precisely within the individual DPS Invitation to Tender contract documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is intended that the DPS will run for an initial period of four years with the option to extend for a further period of up to three years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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) Description
two.2.1) Title
Specialist Works
Lot No
6
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
Delivery of specialist responsive repairs, refurbishment works and planned/preventative maintenance works.
Qualified Contractors may be required to supplement direct labour, or fully manage the end-to-end process of delivering relevant repairs/works on behalf of PfH Members including call handling, repairs diagnostics and work scheduling.
The award criteria will be based on quality and price. Weightings will be formulated more precisely within the individual DPS Invitation to Tender contract documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is intended that the DPS will run for an initial period of four years with the option to extend for a further period of up to three years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Number of candidates will be dependent of the number of approved contractors admitted to the dynamic purchasing system.
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
As a minimum organisations must hold the accreditation's detailed below as applicable to the categories for which they wish to apply.
2. Electrical repairs - NICEIC or equivalent
4. Voids and Multi Trade Work - NICEIC or equivalent
5. Out of Hours - NICEIC or equivalent
If additional technical requirements apply to individual contracts, this will be defined within the DPS Invitation to Tender.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Minimum 2 years of financial accounts, must be able to demonstrate organisations financial stability to deliver the proposed contract.
Minimum level(s) of standards possibly required:
GBP 5 000 000 employers’ liability insurance.
GBP 5 000 000 public liability insurance.
If additional requirements apply to individual contracts, this will be defined within the DPS Invitation to Tender.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Applicants 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.
Experience
Applicants must have experience of delivering the services as defined within the individual lot descriptions and associated procurement documentation.
Health and Safety
Applicant's must have a regularly reviewed and documented policy for Health and Safety management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
NOTE - Organisations with fewer than five employees are not required by law to have a documented policy statement
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the contract documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-006541
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
12 April 2027
Local time
4:00pm
Changed to:
Date
31 January 2029
Local time
4:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 April 2027
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This dynamic purchasing system (“DPS”) may be used by any contracting authority listed in or referred to in the Find a Tender Service notice.
This includes:
- all current members of PfH Scotland at the time of the Find a Tender Service notice for this procurement, as detailed on the following page of the PFH Scotland website https://www.pfhscotland.co.uk/members/;
- any registered provider of social housing that becomes a member of Procurement for Housing / PfH Scotland during the period of the DPS;
- any public authority (as defined in the Freedom of Information Act 2000 for public authorities) UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities that becomes a member of Procurement for Housing/ PfH Scotland at any time during the period of the DPS;
- any local authority as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities that becomes a member of Procurement for Housing / PfH Scotland at any time during the period of the DPS;
- any housing Arm’s Length Management Organisation that becomes a member of Procurement for Housing / PfH Scotland during the period of the DPS;
- any wholly owned subsidiary of any of the above organisations; and
- any other contracting authority listed on the following page of the Procurement for Housing website - http://procurementforhousing.co.uk/permissible-users/ at the time of the Find a Tender Service notice for this procurement.
These bodies are referred to collectively as “PfH Members” in this procurement process.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
n/a
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:
As detailed in the procurement documentation.
(SC Ref:729089)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom