Opportunity

ACHA Social House Decarbonisation Fund

  • Argyll Community Housing Association Limited

F02: Contract notice

Notice reference: 2021/S 000-013568

Published 16 June 2021, 9:44am



The closing date and time has been changed to:

30 June 2021, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Argyll Community Housing Association Limited

Menzies House, Glenshellach Business Park

Oban

PA34 4RY

Email

robert.millar@sseenergyservices.com

Telephone

+44 1546605829

Country

United Kingdom

NUTS code

UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute

Internet address(es)

Main address

http://www.acha.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10562

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://www.publiccontractsscotland.gov.uk

Additional information can be obtained from another address:

SSE Energy Services Ltd

4 Queen Anne Drive, Lochend Industrial Estate , Newbridge

Edinburgh

EH28 8LH

Contact

Robert Millar

Email

robert.millar@sseenergyservices.com

Telephone

+44 1313355240

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ovoenergy.com/

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

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

ACHA Social House Decarbonisation Fund

Reference number

ES1464

two.1.2) Main CPV code

  • 45321000 - Thermal insulation work

two.1.3) Type of contract

Works

two.1.4) Short description

This project will include the delivery of the following measures:

Innovation – EWI 130 Properties

Underfloor Insulation – 50 Properties

Mechanical Heat & Ventilation – 50 Properties

Air Tightness Testing – 130 Properties

Solar PV – 70 Properties

Triple Glazing- 70 Properties

Air Source Heat Pump – 90 Properties

Loft Insulation – 40 Properties

Ground Source Heat Pump – 40 Properties

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands
Main site or place of performance

List of areas where works will be carried out include but are not limited to:

LOCHGOILHEAD

STRACHUR

DUNOON

SANDBANK

PORT ELLEN

BOWMORE

LANE

BALLYGRANT

ISLE OF ISLAY

two.2.4) Description of the procurement

This project will be let through the PCS process, where initial interest and contractor suitability will be established through the SPD process, once the list of approved contractors is agreed the tender process will again be carried out through the PCS portal. SSE are looking for multi-trade contractors where between 6-10 companies will be taken forward to the tender stage which will be based on the evaluation and scoring of the attached SPD.

two.2.5) Award criteria

Quality criterion - Name: 60% price and 40% on Quality / Weighting: 40

Price - Weighting: 60

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

Start date

16 August 2021

End date

18 April 2022

This contract is subject to renewal

Yes

Description of renewals

This we be determined by the Client

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

This we be determined by the Client

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

In order to be considered for the works Principal Contractors will be require to hold the following

A. PAS 2030:2019

B. PAS 2035

C. TrustMark

D. Gas Safe

E. SSIP (Chas, Constructionline)

F. 18th NICEIC Electrical *UK Wide

G. Select Electrical *Scotland Only

H. Achillies or Equal

I. Edition Electrical Qualification *confirmation that staff have it.

In addition to the above it would be preferred if the Principal Contractor also held the following:

1. ISO 9001

2. ISO 14001

3. OHSAS 45001

4. NEBOSH

5. CITB Registration

6. CSCS Cards *operative evidence

7. Considerate Contractor

8. CERTAS Certificate

9. INCA

10. National Insulation Association

11. Working at Height *operative evidence

12. Manual Handling *operative evidence

Failure to comply with items 1 to 12 will not automatically exclude Principal Contractors from being considered for this project.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Principal Contractors must hold the following level of insurances:

1. Employers Liability (10 million GBP)

2. Public/Product Liability (10 million GBP)

3. Professional Indemnity (2 million GBP) and it would be preferred if they also held:

4. Contract All Risks

three.1.3) Technical and professional ability

List and brief description of selection criteria

A. PAS 2030:2019

B. PAS 2035

C. TrustMark

D. Gas Safe

E. SSIP (Chas, Constructionline)

F. 18th NICEIC Electrical *UK Wide

G. Select Electrical *Scotland Only

H. Achillies or Equal

I. Edition Electrical Qualification *confirmation that staff have it.

In addition to the above it would be preferred if the Principal Contractor also held the following:

1. ISO 9001

2. ISO 14001

3. OHSAS 45001

4. NEBOSH

5. CITB Registration

6. CSCS Cards *operative evidence

7. Considerate Contractor

8. CERTAS Certificate

9. INCA

10. National Insulation Association

11. Working at Height *operative evidence

12. Manual Handling *operative evidence

Failure to comply with items 1 to 12 will not automatically exclude Principal Contractors from being considered for this project.

Minimum level(s) of standards possibly required

A. PAS 2030:2019

B. PAS 2035

C. TrustMark

D. Gas Safe

E. SSIP (Chas, Constructionline)

F. 18th NICEIC Electrical *UK Wide

G. Select Electrical *Scotland Only

H. Achillies or Equal

I. Edition Electrical Qualification *confirmation that staff have it.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The following is not an exhaustive list and other benefits should also be considered.

Extremely high standard of safety performance

Quality Installation

Excellent Communication with end user

Experienced TLO engagement

Experience of working in remote locations.

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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

24 June 2021

Local time

5:00pm

Changed to:

Date

30 June 2021

Local time

5:00pm

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: 29 April 2022

four.2.7) Conditions for opening of tenders

Date

28 June 2021

Local time

12:00pm

Place

Edinburgh


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=657444.

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.

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:

The works will be let under SSE Energy Services bespoke contract conditions. These will be provided as part of the Invitation to Tender pack for review and comment.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The Client will propose to reinvest into the local area to benefit local children and the wider Community.

(SC Ref:657444)

six.4) Procedures for review

six.4.1) Review body

Oban Sheriff Court

Albany Street

Oban

PA34 4AL

Telephone

+44 1631562414

Country

United Kingdom