Tender

Ore Valley Housing Association: Reactive maintenance, void property repairs, servicing and cyclical works, minor capital works

  • Ore Valley Housing Association Limited

F02: Contract notice

Notice identifier: 2023/S 000-010575

Procurement identifier (OCID): ocds-h6vhtk-03be3f

Published 13 April 2023, 8:44am



Section one: Contracting authority

one.1) Name and addresses

Ore Valley Housing Association Limited

114-116 Station Road

Cardenden

KY5 0BW

Email

asaunders@orevalleyha.org.uk

Telephone

+44 1592721017

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

https://www.orevalleyha.org.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14002

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

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

Ore Valley Housing Association: Reactive maintenance, void property repairs, servicing and cyclical works, minor capital works

Reference number

23007

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

Reactive maintenance, void property repairs, servicing and cyclical works, minor capital works

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

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

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Fife

two.2.4) Description of the procurement

Single stage price / quality

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Option for a further two phases / years

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

If required, bidders are required to be enrolled in the relevant professional or

trade registers within the country in which they are established. Provide details of

SSIP (e.g. CHAS, Safe Contractor), ISO 1800 / ISO45001 or other way you can

demonstrate compliance with health and safety for example having a health and

safety organisation that advises your organisation on health and safety matters.

This question is NOT asking for your company registration number

three.1.2) Economic and financial standing

List and brief description of selection criteria

List and brief description of selection criteria:

SPD question 4B.1.1: Financial, turnover.

SPD questions 4B.5.1b and 4B.5.2: Insurances.

Minimum level(s) of standards possibly required

Bidders will be required to have a minimum “general” yearly turnover of

100,000.00 GBP for the last 2 years.

Insurances: Employers Liability insurance; not less than 5,000,000.00 GBP. All Risk Insurance; 500,000.00 GBP. Public liability insurance; not less than 5,000,000.00 GBP. Hot works; 500,000.00 GBP.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide examples of services carried out in the past five

years that demonstrate that they have the relevant experience to deliver the work

as described in part II.2.4 of the Find a Tender Service Contract Notice or the

relevant section of the Site Notice.

Bidders will be required to confirm details of the technicians or technical bodies

who they can call upon, especially those responsible for quality control.

Bidders will be required to demonstrate that they have (or have access to) the

relevant tools, plant or technical equipment to deliver the types of requirements

detailed in II.2.4 in the Find a Tender Service Contract Notice or the relevant

section of the Site Notice

Minimum level(s) of standards possibly required

4C.1.2 Two examples of previous services contracts.

4C.2 Management and workforce team.

4C.9 Tools, plant and equipment.


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

Date

17 May 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: 15 August 2023

four.2.7) Conditions for opening of tenders

Date

18 May 2023

Local time

12:00pm

Place

Cardenden


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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=728467.

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:728467)

six.4) Procedures for review

six.4.1) Review body

Kirkcaldy Sheriff Court

Sheriff Court House, Whytecauseway

Kirkcaldy

KY1 1XQ

Email

kirkcaldy@scotcourts.gov.uk

Telephone

+44 1592260171

Country

United Kingdom