Section one: Contracting authority
one.1) Name and addresses
Easthall Park Housing Co-operative
6 Glenburnie Place
Glasgow
G34 9AN
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
Telephone
+44 1414298888
Country
United Kingdom