Tender

Irvine Housing Gas Servicing & Maintenance

  • Irvine Housing Association Limited

F02: Contract notice

Notice identifier: 2021/S 000-013988

Procurement identifier (OCID): ocds-h6vhtk-02be17

Published 21 June 2021, 9:44am



Section one: Contracting authority

one.1) Name and addresses

Irvine Housing Association Limited

44-46 Bank Street

Irvine

KA12 0LP

Email

procurement@riverside.org.uk

Telephone

+44 3451126600

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.irvineha.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12062

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://riversource.wax-live.com/S2C/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://riversource.wax-live.com/S2C/

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

Irvine Housing Gas Servicing & Maintenance

Reference number

1073

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Irvine Housing Association is seeking expressions of interest from suitably qualified and

experienced service providers for the delivery of gas servicing and maintenance, system

replacements and installations (domestic and communal) to c. 2257 properties under two

TPCs 2005 (as amended). Each of the two contracts will run for an initial period of 10 years

with the option to extend it by up to five years to a total Contract Term of 15 years. The

contracts will have provision to include additional workstreams over the Contract Term,

including (but not limited to) CO Alarm programme and LD2 Systems. Bidders may bid for

and be awarded one or both Lots.

two.1.5) Estimated total value

Value excluding VAT: £8,700,000

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

Ayrshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 38431200 - Smoke-detection apparatus
  • 45312100 - Fire-alarm system installation work
  • 45331100 - Central-heating installation work
  • 45331110 - Boiler installation work
  • 45333000 - Gas-fitting installation work
  • 45333100 - Gas regulation equipment installation work
  • 50700000 - Repair and maintenance services of building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50721000 - Commissioning of heating installations
  • 45232141 - Heating works

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance

UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

Irvine Housing Association is seeking expressions of interest from suitably qualified and

experienced service providers for the delivery of gas servicing and maintenance, heating

system replacements and installations (domestic and communal) to 1870 properties under a

TPC 2005 (as amended). The contract will run for an initial period of 10 years with the option

to extend it by up to five years to a total Contract Term of 15 years. The contract will have

provision to include additional workstreams over the Contract Term, including (but not

limited to) CO Alarm programme and LD2 Systems. The appointed contractor will be

required to have a robust ICT solution for the delivery of the service and management and

transfer of data, and to deliver high levels of customer satisfaction, robust management of

complaints and provide mechanisms for customer engagement and customer insight

analysis that result in service improvements and delivery of community benefits. Irvine Housing Association is following a Restricted two-stage procurement procedure under

the Procurement Scotland Regulations. For further information please refer in particular to:

Regulations 58 and 59 of The Public Contracts (Scotland) Regulations 2015, and Regulation 78 of the Utilities Contracts (Scotland) Regulations 2016. Under the first stage of the

process, suppliers are required to complete a Single Procurement Document questionnaire

and associated appendices. Full details of all requirements, the evaluation criteria and how

to participate are included in the procurement and Tender documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,200,000

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

Duration in months

180

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

As detailed in the procurement documents. It is anticipated that 6 Candidates will be Invited

to Tender although the Contracting Authority reserves the right to increase the number of

Candidates invited by 1 or 2 if the scores are closely placed at the cut-off point at SPD

evaluation stage. Following evaluation of ITT submissions, the contract will be awarded to

the highest ranked candidate.

With reference to 4A.1: bidders will be required to confirm that they hold either

SafeContractor or SSIP accreditation or, in the event that they currently hold neither of

these that the bidder will be willing to sign up to SafeContractor via the "Deem to Satisfy"

scheme if successfully appointed.

With reference to 4A.2: bidders will be required to confirm that they are Gas Safe

Registered. With reference to SPD question 4C.1.2; bidders will be required to provide examples of

works 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 Contract Notice.

Additionally, bidders will be required to provide responses to qualitative questions

demonstrating their relevant technical and professional experience as detailed in the "SPD

Quality Schedule". Responses must be provided in Arial font size 12 and be limited to the

page limits detailed in the SPD Quality Schedule.

Responses will be evaluated using the following scoring criteria:

0 - No answer provided

1 - Very weak answer providing little or no evidence of the Suppliers technical and

professional experience of delivering the Services

2 - Weak answer with limited evidence of the Suppliers technical and professional experience

of delivering the Services

3 - Satisfactory answer evidence of the Suppliers technical and professional experience of

delivering the Services to a reasonable standard

4 - Good answer providing good evidence of the Suppliers technical and professional

experience of delivering the Services to a good standard

5 - Excellent answer providing clear and convincing evidence of the Suppliers technical and

professional experience of delivering the Services to an excellent standard.

These scores will be calculated into weighted marks using the following calculation in order

to provide a total mark out of 100% as detailed in the SPD Quality Schedule. Calculation:

Weighted Score = (Actual Raw Score) / (Max Available Raw Score) x Weighted Marks

Available.

The SPD Quality Schedule also includes one question that will be scored on a pass/fail basis

as follows: Pass = a response of "yes"; Fail = a response of "no".

4C.6 Bidders will be required to confirm that they have the following relevant educational

and professional qualifications: the Tenderer is a member of: Gas Safe

The Bidder's response to question 4C.6 will be scored as follows:

Pass = Tenderer is a member of SELECT (Scotland's Electrical Trade Association) and/or the

NICEIC (National Inspection Council for Electrical Installation Contracting).

Fail = Tenderer is not a member of Scotland's Electrical Trade Association (SELECT) and/or

the National Inspection Council for Electrical Installation Contracting (NICEIC)

4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for

what proportion of the contract.

Response to 4C.10 will not be evaluated. If the bidder has decided to subcontract a part of

the contract and relies on the subcontractors capacities to perform that part then a separate

SPD for such subcontractors must be completed for sections 1 to 3 inclusive.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for an initial period of 10 years, with the option to extend it by up to a

further five years to a total possible Contract Term of 15 years. The Contract will include

clear break clauses for non-performance (linked to the Key Performance Indicators) and a nofault

termination clause allowing either party to terminate the contract with a 12-month

notice period (subject to certain conditions as detailed in the Contract).

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.

two.2) Description

two.2.1) Title

Dumfries and Galloway

Lot No

2

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 38431200 - Smoke-detection apparatus
  • 45312100 - Fire-alarm system installation work
  • 45331100 - Central-heating installation work
  • 45331110 - Boiler installation work
  • 45333000 - Gas-fitting installation work
  • 45333100 - Gas regulation equipment installation work
  • 50700000 - Repair and maintenance services of building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50721000 - Commissioning of heating installations
  • 45232141 - Heating works

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Irvine Housing Association is seeking expressions of interest from suitably qualified and

experienced service providers for the delivery of gas servicing and maintenance, heating

system replacements and installations (domestic and communal) to c. 387 properties under

a TPC 2005 (as amended). The contract will run for an initial period of 10 years with the

option to extend it by up to five years to a total Contract Term of 15 years. The contract will

have provision to include additional workstreams over the Contract Term, including (but not

limited to) CO Alarm programme and LD2 Systems. The appointed contractor will be

required to have a robust ICT solution for the delivery of the service and management and

transfer of data, and to deliver high levels of customer satisfaction, robust management of

complaints and provide mechanisms for customer engagement and customer insight

analysis that result in service improvements and delivery of community benefits.

Irvine Housing Association is following a Restricted two-stage procurement procedure under

the Procurement Scotland Regulations. For further information please refer in particular to:

Regulations 58 and 59 of The Public Contracts (Scotland) Regulations 2015, and Regulation

78 of the Utilities Contracts (Scotland) Regulations 2016. Under the first stage of the process, suppliers are required to complete a Single Procurement Document questionnaire

and associated appendices. Full details of all requirements, the evaluation criteria and how

to participate are included in the procurement and Tender documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

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

Duration in months

180

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

It is anticipated that 6 Candidates will be Invited to Tender although the Contracting

Authority reserves the right to increase the number of Candidates invited by 1 or 2 if the

scores are closely placed at the cut-off point at SPD evaluation stage. Following evaluation

of ITT submissions, the contract will be awarded to the highest ranked candidate.

With reference to 4A.1: bidders will be required to confirm that the hold either

SafeContractor or SSIP accreditation or, in the event that they currently hold neither of

these that the bidder will be willing to sign up to SafeContractor via the "Deem to Satisfy"

scheme if successfully appointed.

With reference to 4A.2: bidders will be required to confirm that they are Gas Safe

Registered. With reference to SPD question 4C.1.2; bidders will be required to provide examples of

works carried out in the past five years that demonstrate that they have the relevant

experience to deliver the services as described in part II.2.4 of the Contract Notice.

Additionally, bidders will be required to provide responses to qualitative questions

demonstrating their relevant technical and professional experience as detailed in the "SPD

Quality Schedule". Responses must be provided in Arial font size 12 and be limited to the

page limits detailed in the SPD Quality Schedule.

Responses will be evaluated using the following scoring criteria:

0 - No answer provided

1 - Very weak answer providing little or no evidence of the Suppliers technical and

professional experience of delivering the Services

2 - Weak answer with limited evidence of the Suppliers technical and professional experience

of delivering the Services

3 - Satisfactory answer evidence of the Suppliers technical and professional experience of

delivering the Services to a reasonable standard

4 - Good answer providing good evidence of the Suppliers technical and professional

experience of delivering the Services to a good standard

5 - Excellent answer providing clear and convincing evidence of the Suppliers technical and

professional experience of delivering the Services to an excellent standard.

These scores will be calculated into weighted marks using the following calculation in order

to provide a total mark out of 100% as detailed in the SPD Quality Schedule. Calculation:

Weighted Score = (Actual Raw Score) / (Max Available Raw Score) x Weighted Marks

Available.

The SPD Quality Schedule also includes one question that will be scored on a pass/fail basis

as follows: Pass = a response of "yes"; Fail = a response of "no".

4C.6 Bidders will be required to confirm that they have the following relevant educational

and professional qualifications: the Tenderer is a member of: Gas Safe

The Bidder's response to question 4C.6 will be scored as follows:

Pass = Tenderer is a member of SELECT (Scotland's Electrical Trade Association) and/or the

NICEIC (National Inspection Council for Electrical Installation Contracting).

Fail = Tenderer is not a member of Scotland's Electrical Trade Association (SELECT) and/or

the National Inspection Council for Electrical Installation Contracting (NICEIC)

4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for

what proportion of the contract.

Response to 4C.10 will not be evaluated. If the bidder has decided to subcontract a part of

the contract and relies on the subcontractors capacities to perform that part then a separate

SPD for such subcontractors must be completed for sections 1 to 3 inclusive.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for an initial period of 10 years, with the option to extend it by up to a

further five years to a total possible Contract Term of 15 years. The Contract will include

clear break clauses for non-performance (linked to the Key Performance Indicators) and a nofault

termination clause allowing either party to terminate the contract with a 12-month

notice period (subject to certain conditions as detailed in the Contract).

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.


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 by the member state, bidders are required to be enrolled in the relevant

professional or trade registers within the country in which they are established. Other

requirements are detailed in the procurement and Tender documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B.1.2: 4B.1.2: Participants bidding for Lot 1 will be required to have an average yearly

turnover of a minimum of 1,000,000.00 GBP for the last 3 years. Participants bidding for Lot

2 will be required to have an average yearly turnover of a minimum of 200,000.00 GBP.

Participants bidding for both Lots will be required to have a minimum average yearly turnover

of 1,200,000.00 GBP. Bidders are required to provide their accounts from the past three

most recent years. Where bidders will rely upon a Parent Company to demonstrate they

meet the turnover or other financial criteria as detailed in this section, bidders are also

required to provide parent company accounts from the past three most recent years.

4B.3: 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.

4B.5.1a and 4B.51.b: 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 insurance indicated below:

Employers (Compulsory) Liability Insurance = 5000000 GBP

Public Liability Insurance = 10000000GBP

Professional Risk Indemnity Insurance = 500000GBP

Product Liability Insurance = 10000000 GBP

http://www.hse.gov.uk/pubns/hse40.pdf

4B.6: Irvine Housing Association will undertake Dun and Bradstreet credit check on all

bidders at SPD stage. It will also conduct a Dun and Bradstreet credit check on the preferred

bidder prior to formal Contract award. At 4B.6 bidders are required to enter their Dun and

Bradstreet number. As detailed above, bidders are also required to provide their three most

recent years of accounts and, if relying on a parent company to demonstrate compliance

with the financial criteria, their parent companys three most recent years of accounts.

Minimum level(s) of standards possibly required

4B.1.2: Participants bidding for Lot 1 will be required to have an average yearly turnover of a

minimum of 1,000,000.00 GBP for the last 3 years. Participants bidding for Lot 2 will be

required to have an average yearly turnover of a minimum of 200,000.00 GBP. Participants

bidding for both Lots will be required to have a minimum average yearly turnover of

1,200,000.00 GBP. 4B.5.1a and 4B.51.b: Bidders will be required to have in place or commit

to obtaining the required insurance levels as detailed in section III.1.2.

4B.6: Bidders financial standing will be assessed using the following criteria:

1) Current ratio (current assets / current liabilities) to pass, bidders must have a current ratio

of 1 or more

2) Net profit % (net profit / turnover) to pass, bidders must have a current net profit of

greater than 0

3) Return on Investment (net profit / net worth) to pass, bidders must have a current ROI of

greater than 0

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C.1; Bidders will be required to provide three examples of

works 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 this Contract Notice. Bidders

should provide 3 examples in the table provided. In addition, bidders are required to provide

responses to questions set out in the document "SPD Quality Schedule", which will be

evaluated in accordance with the criteria detailed in part II.2.9 of this Contract Notice.

Bidders must respond to SPD Questions 4D.1 and 4D.2. Details of the requirements can be

found with the procurement documents freely available on the PCS portal for this

procurement. The document is entitled "SPD Requirements 4D.1 and 4D.2".

Minimum level(s) of standards possibly required

As detailed in the procurement documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the procurement documents.

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

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

19 July 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 August 2021

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Contracting Authority reserves the right to cancel the procurement and not to proceed

with the long term Contracts at any stage of the procurement process. The Contracting

Authority also reserves the right not to award either or both of the contracts. Neither the

Contracting Authority nor any person on behalf of whom this procurement is undertaken is to

be liable for any costs incurred by those expressing and interest or tendering for this

contract. Tenderers should note that the provisions of the Transfer of Undertakings

(protection of Employment) Regulations 2006 may apply.

The award criteria questions and weightings are provided in the ITT documentation.

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/

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.

A sub-contract clause has been included in this contract. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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: as set out in

the procurement documents.

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=657922.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Community benefits are included in this requirement. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

(SC Ref:657922)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court or the Court of Session

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

Internet address

http://www.scotcourts.gov.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

The Contracting Authority will observe a 10-day stand still period following the award of the

Contracts and conduct itself in respect of any appeals in accordance with the Public

Contracts Regulations 2015 (as amended). If an appeal regarding the award of the contract

has not been successfully resolved the Public Contracts (Scotland) Regulations provide for

aggrieved

parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session

six.4.4) Service from which information about the review procedure may be obtained

Sheriff Court or the Court of Session

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

Internet address

http://www.scotcourts.gov.uk/