Section one: Contracting authority
one.1) Name and addresses
Pineview Housing Association Ltd
5 Rozelle Avenue
Glasgow
G15 7QR
Telephone
+44 1419443891
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15182
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
Pineview HA Gutter Cleaning 2022-24
Reference number
6332
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 responsible for reactive and planned maintenance for gutter cleaning, visual roof condition reporting and provisional repairs for all property main and low level porch/ canopy roofs to occupied properties at various addresses, Drumchapel, Glasgow G15.
Works/ services for all main roofs and low level porch/ canopy roofs, include: clearing out gutters; cleaning gutter and downpipe surfaces; ensuring gutters & downpipes are running clear; bagging, removal & disposal of waste; roof condition visual inspections & photographs; and pre/ post cleaning & repair record photographs
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45261900 - Roof repair and maintenance work
- 45261320 - Guttering work
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Drumchapel G15
two.2.4) Description of the procurement
The tender documents comprise the SPD document [minimum selection standards]; the Specification of Works [contract & tender pricing document]; and the [tender quality] Contractor Design Statement [CDP].
The tender evaluation will comprise the SPD, your quality score for your Contractor Design Statement [CDP]; and the Contract Sum stated on the Form of Tender.
The submitted SPD will assess the selection criteria as a pass or fail to identify contractors who pass by meeting the specified 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 is in excess of the lowest tender, prior to weighting.
Quality- Contractor Design Statement [CDP] scoring will be maximum 100 marks, submissions ranked in relation to the other candidates based on the Employer’s stated aspirations/ requirements and the information provided by the candidate(s). The Contractor Design Statement [CDP] scores will be converted to a percentage, prior to weighting
two.2.5) Award criteria
Quality criterion - Name: CDP Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
The contract is for the initial period to 31st March 2024, 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 'Instructions to Contractors and Project Criteria' at page 5 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
Minimum standards to be maintained for contractors delivering the services/ works include:
The company or person(s) of influence must be NEBOSH or IOSH qualified;
operatives must be health & safety trained and plant operators must be Pasma and/ or IPAF qualified;
and the contrctor must be accredited for a construction health & safety related scheme with registered membership of Safety Schemes in Procurement (SSIP).
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.2.2) Contract performance conditions
Refer to the Specification of Works
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
4 August 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
4 August 2022
Local time
1:00pm
Place
Pineview Housing Association Ltd, 5 Rozelle Avenue, Drumchapel, Glasgow G15 7QR or remotely
Information about authorised persons and opening procedure
Housing Association Staff and Committee members, in accordance with the Association'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 'Instructions to Contractors and Project Criteria' at page 5 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=699301.
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 Specification of Works Schedule 5
(SC Ref:699301)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9TW
Telephone
+44 1414298888
Country
United Kingdom