Tender

Repairs and Maintenance 2022

  • Easthall Park Housing Co-operative

F02: Contract notice

Notice identifier: 2022/S 000-017326

Procurement identifier (OCID): ocds-h6vhtk-034a53

Published 24 June 2022, 12:58pm



Section one: Contracting authority

one.1) Name and addresses

Easthall Park Housing Co-operative

6 Glenburnie Place

Glasgow

G34 9AN

Email

maintenance@easthallpark.org.uk

Telephone

+44 1417812277

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.easthallpark.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA23082

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

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

Repairs and Maintenance 2022

Reference number

6330

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Candidate will be the contractor responsible for a 24hr/ 7day multi trade reactive repair, voids, medical adaptations and [provisional] planned replacement works for the 695 flats/ houses, 55 factored properties, offices/ community facilities and all associated common areas (which quantity may vary from time to time) in the Employer’s properties in Easthall G33 & G34

The initial contract period will be 1st October 2022 to 31st March 2026, with options to extend the framework contract solely at the Employer’s discretion on an annual basis thereafter to 31st March 2028.

Reactive maintenance trades to be provided may include: labourer; joiner; plumber; electrician; plasterer; painter/ decorator; tiler; glazier; roofer/ slater; blacksmith, fencer, and brick/ slabber/ builderworker. The requirements may also include: smoke, heat and CO detector replacement; external communal door repairs, door entry repairs; [out of hours] drain clearance; void property clearance; and roof repairs.

Planned maintenance works may include: kitchen replacements; bathroom replacements; boiler, radiator and CH replacements; external flat/ house entrance doors and FD60 rated flat entrance doors [off common close].

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
  • 45421151 - Installation of fitted kitchens
  • 45211310 - Bathrooms construction work
  • 50720000 - Repair and maintenance services of central heating
  • 45421131 - Installation of doors

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Easterhouse G33 G34

two.2.4) Description of the procurement

The tender documents evaluated will comprise the SPD, your quality score for the TQQ; and the Target Contract Sum stated on the Form of Tender.

Return [upload] completed tender documents, electronically by uploading to the PCS postbox. Submit the following completed documents:

The Form of Tender

Tender pricing schedule 2.10

TQQ schedule 10

FoI schedule 13

Certificate of non-collusion schedule 14

The submitted SPD will be assessed as a pass or fail to identify contractors who meet the criteria. Only those contractors who achieve an SPD pass will have their tender quality and cost considered/ evaluated

The criteria for scoring will be to reach a total percentage score as follows:

Price (tender)- deducting 1% from 100 for every percentage point each tender rate is in excess of the lowest tender rate, prior to weighting.

Quality- out of 100 for your TQQ submission, ranked in relation to the other candidates.

The candidates will be scored relative to each other (best answer scoring highest), based on the Employer’s individual aspirations/ requirements and the information provided by the candidate(s).

The highest scoring contractor may be recommended for acceptance as the preferred contractor.

two.2.5) Award criteria

Quality criterion - Name: TQQ Quality / Weighting: 70

Price - Weighting: 30

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

Duration in months

42

This contract is subject to renewal

Yes

Description of renewals

The initial contract period will be 1st October 2022 to 31st March 2026, with options to extend the contract solely at the Employer’s discretion on an annual basis thereafter to 31st March 2028.

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

Refer to the ‘Instructions to Contractors and Project Criteria’ at pages 5-12 of the Specification of Works.


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

The contractor shall maintain all minimum standards required, as set out in the Contract Notice, SPD and contract documents which are to be maintained for the duration of the contract including: having met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP); and UKAS accredited [or equal] in accordance with ISO 9001, ISO 14001 and either BS OHSAS 18001 or ISO 45001.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Operatives delivering gas/ heating works must [or agree to do so] be Gas Safe registered, relevant to the requirements of this contract and hold the Full Domestic ACS qualification.

Operatives delivering electrical services/ works must [or agree to do so] be City & Guilds/ SVQ/ NVQ and electrical regulations 18th Edition trained.

Tendering contractors delivering gas/ heating or electrical services/ works must [or agree to do so] be NICEIC or Select and Gas Safe registered, relevant to the requirements of this contract, at company level.

three.2.2) Contract performance conditions

Refer to tender 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

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

25 July 2022

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 July 2022

Local time

1:00pm

Place

6 Glenburnie Place, Glasgow, G34 9AN

Information about authorised persons and opening procedure

By staff and Committee and in accordance with the Co-operative's procurement procedures.


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

Refer to the ‘Instructions to Contractors and Project Criteria’ at pages 5-12 of the Specification of Works.

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=698240.

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:

Refer to tender documents.

(SC Ref:698240)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom