Section one: Contracting authority
one.1) Name and addresses
Clyde Valley Group
50 Scott Street
Motherwell
ML1 1PN
Contact
Robert Pollock
robert.pollock@clydevalley.org
Telephone
+44 1698268855
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
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, St James Business Park, Linwood Road
Paisley
PA3 3BB
Contact
Alan Shanks
Telephone
+44 1418160184
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
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
Clyde Valley Group - Two Year Contract for Responsive Maintenance Repairs Services and Out of Hours Call Handling
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
Clyde Valley Group is procuring a Multi-Lot Contract which shall deliver Responsive Maintenance Services during Normal Working Hours, Out of Hours Call Handling and Out of Normal Working Hours Emergency Responsive Maintenance Services throughout Lanarkshire , Glasgow and East Dunbartonshire. The procurement aims to establish individual Contract’s for;
Lot 1 – Electrical Responsive Maintenance Services
Lot 2 – Joiner Responsive Maintenance Services
Lot 3 – Plumber Responsive Maintenance Services
Responsive Maintenance Services are currently delivered by Timetra Ltd to Clyde Valley Group as part of a single Provider Contract that encompasses Responsive Repairs, Void Property Works, Out of Hours Call Handling and Out of Hours Emergency Works as part of a single Contract. The structure of the existing contract delivered by Timetra Ltd is changing from a single Provider contract to three separate Lots of Responsive Repairs contracts, two separate Lots of Void Property Works contracts, two separate Lots for Roofing Repairs & Minor Works, two separate Lots for Groundworks & Fencing and two separate Lots of General Builder works including damp proofing & decoration. This ITT and procurement relates to procurement of three separate Lots contracts for Responsive Maintenance Services during Normal Working Hours, Out of Hours Call Handling and Out of Normal Working Hours Emergency Responsive Maintenance Services. The contract opportunities for the other services and Lots described above are being undertaken as separate procurements to this opportunity.
It is the intention of Clyde Valley Group to hold a ‘Contractors Workshop’ Event during the tender period.
The Event will be free of charge and shall provide an overview of the requirements, Clyde Valley Group’s aspirations, a summary of the
procurement process and information on how to complete the tender documents and submit a bid through the Contract Notice.
The ‘Contractors Workshop’ Event will be via by Zoom Video Conferencing at 14.00BST on Tuesday 23rd April 2024.
The ‘Contractors Workshop’ Event will also provide an in-depth review of the tender document and information Bidders need to provide
with their tender.
To record your interest in the Event, please email the names of your organisations delegates to alan.shanks@ada-cc.co.uk not later than
12:00 noon BST on Monday 22nd April 2024.
Bidders are advised the Clyde Valley Group are currently procuring for other property Maintenance Works opportunities through a separate Contract Notice.
Bidders are also advised that the ‘Contractors Workshop’ Event will incorporate both of these procurement opportunities collectively during a single event.
two.1.5) Estimated total value
Value excluding VAT: £6,517,025
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot 1 - Electrical Responsive Maintenance Services
Lot No
1
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 31600000 - Electrical equipment and apparatus
- 31220000 - Electrical circuit components
- 31680000 - Electrical supplies and accessories
- 31681000 - Electrical accessories
- 31681300 - Electrical circuits
- 31681400 - Electrical components
- 31681410 - Electrical materials
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45311100 - Electrical wiring work
- 45311200 - Electrical fitting work
- 50116100 - Electrical-system repair services
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
- UKM95 - South Lanarkshire
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
- UKM82 - Glasgow City
Main site or place of performance
North Lanarkshire, South Lanarkshire, Glasgow and East Dunbartonshire
two.2.4) Description of the procurement
Single Stage Tendering in accordance with Regulations 28 (Open Procedure) and 47 (Division of contracts into lots) 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: £1,383,921
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 three further years (2026-2029) at an annual estimated cost of 276784 GBP excluding VAT
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) Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for
each subcontractor.
two.2) Description
two.2.1) Title
Lot 2 - Joiner Responsive Maintenance Services
Lot No
2
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 44220000 - Builders' joinery
- 45420000 - Joinery and carpentry installation work
- 45421000 - Joinery work
- 03419000 - Timber
- 03419100 - Timber products
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
- UKM95 - South Lanarkshire
- UKM82 - Glasgow City
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
North Lanarkshire, South Lanarkshire, Glasgow and East Dunbartonshire
two.2.4) Description of the procurement
Single Stage Tendering in accordance with Regulations 28 (Open Procedure) and 47 (Division of contracts into lots) 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: £3,116,535
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 three further years (2026-2029) at an annual estimated cost of 623307 GBP excluding VAT
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) Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for
each subcontractor.
two.2) Description
two.2.1) Title
Lot 3 - Plumber Responsive Maintenance Services
Lot No
3
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
- 39715300 - Plumbing equipment
- 44115200 - Plumbing and heating materials
- 44115210 - Plumbing materials
- 45330000 - Plumbing and sanitary works
- 45332000 - Plumbing and drain-laying work
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
- UKM95 - South Lanarkshire
- UKM82 - Glasgow City
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
North Lanarkshire, South Lanarkshire, Glasgow and East Dunbartonshire
two.2.4) Description of the procurement
Single Stage Tendering in accordance with Regulations 28 (Open Procedure) and 47 (Division of contracts into lots) 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: £2,016,569
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 three further years (2026-2029) at an annual estimated cost of 403314 GBP excluding VAT
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) 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
ARCA (Asbestos Removal Contractors Association)
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 for the last two years of:
Lot 1 – 553569 GBP
Lot 2 – 1246614 GBP
Lot 3 – 806628 GBP
or
Bidders will be required to have an average yearly turnover for the last two years of:
Lot 1 – 553569 GBP
Lot 2 – 1246614 GBP
Lot 3 – 806628 GBP
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 - 100,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Question 4C.1.2 - Bidders will be required to provide two examples 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.
Question 4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they
have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This
will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and
provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment
performance.
Questions 4C8.1 and 4C8.2 - Bidders will be required to confirm their average annual manpower for the last three years. Bidders will be
required to confirm their and the number of managerial staff for the last three years.
Question 4C.9 - 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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
'Tender Document F- NHF Form of Contract 2023 Volume 1(e) KPI Framework' attached to this Contract Notice.
Where performance falls below the minimum acceptable level during the Contract, Providers will be required to produce a
Remedial Plan for the approval of Clyde Valley Group.
Failure to produce a Remedial Plan or implement an approved Remedial Plan will be deemed to be a breach of the Contract, which may
lead to the termination of a 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.1.8) 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: 2024/S 000-006649
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 May 2024
Local time
9:00am
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: 5 August 2024
four.2.7) Conditions for opening of tenders
Date
6 May 2024
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2026 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
Tender Document D SPD (Scotland), Part IV Section C 'Technical and Professional Ability' will be scored on a pass or
fail basis using the
following scoring methodology;
0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. A Tenderer which scores ‘0 –
Unacceptable’ against any question will be disqualified.
1 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains
insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details
on how the requirement will be fulfilled in certain areas.
3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details
on how the requirements will be fulfilled.
4 – Very Good - Response is largely relevant and very good. The response demonstrates a very good understanding of the requirements and
provides adequate details on how the requirements will be fulfilled.
5 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a
thorough understanding of the requirement and provides details of how the requirement will be met in full.
A Tenderer will be required to achieve a minimum score of 2 against each Question within Part C, i.e. a score of 2 or greater shall represent
a Pass whereas a score of 1 or lower will represent a Fail. Clyde Valley Group will disregard, and not evaluate the remainder of
a Tenderers bid should the Tenderer fail to achieve the minimum score of 2 (a Pass) against any of the Questions included with Part C
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=763080.
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:
Please refer to Tender Document I 'Community Benefits' provided with the Contract Notice
(SC Ref:763080)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=763080
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Hamilton
Country
United Kingdom