Tender

New Gorbals H.A. Passenger Lift Maintenance & Repair Contract: 01/10/23 - 30/09/26

  • New Gorbals Housing Association

F02: Contract notice

Notice identifier: 2023/S 000-018414

Procurement identifier (OCID): ocds-h6vhtk-03dd38

Published 28 June 2023, 2:23pm



Section one: Contracting authority

one.1) Name and addresses

New Gorbals Housing Association

200 Crown Street

Glasgow

G5 9AY

Email

f.inglis@newgorbalsha.org.uk

Telephone

+44 1414293900

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.newgorbalsha.org.uk

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 another address:

Ewing Somerville Partnership (Scotland) Ltd.

40 Speirs Wharf

Glasgow

G4 9TH

Email

info@ewing-somerville.com

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.ewingsomerville.co.uk

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

New Gorbals H.A. Passenger Lift Maintenance & Repair Contract: 01/10/23 - 30/09/26

Reference number

ESP: 4675

two.1.2) Main CPV code

  • 50750000 - Lift-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The work to be carried out under this Contract consists of Planned Servicing and Reactive Maintenance to passenger lift installations within various residential properties. The properties are located across the Gorbals area of Glasgow as detailed within the Invitation to Tender document.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

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

The Gorbals area of Glasgow

two.2.4) Description of the procurement

The work to be carried out under this Contract consists of Planned Servicing and Reactive Maintenance to passenger lift installations within various residential properties. The properties are located across the Gorbals area of Glasgow as detailed elsewhere within document.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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

Start date

1 October 2023

End date

30 September 2026

This contract is subject to renewal

Yes

Description of renewals

The Contract is to be let for a period of three years with an option to extend the contract on a yearly basis for a further two years. Any decision to extend the contract will be made entirely at the Employer's discretion and will be subject to satisfactory performance against published key performance indicators.

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

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

The relevant requirement is set out in the SPD, Part IV Selection Criteria [4A1a] Enrolment in a relevant professional register. The following statement clarifies the requirement:

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.

The relevant trade register in the UK is the Companies House Register - ://www.gov.uk/government/organisations/companies-house or equivalent in other countries.

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

three.2.2) Contract performance conditions

The Contractor will adhere to the requirements of the Client Specification and Service Level Agreement as well as all other Conditions contained within the Invitation to Tender Document.

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

31 July 2023

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 July 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The Contract will be awarded for a period of three years with the option to extend thereafter on a yearly basis up to a maximum of two additional years. The earliest potential timescale for publication of a new notice is therefore July 2026.

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

Please note - Appendix 5 - Method Statement Questionnaire contained within the Invitation to Tender should be answered and returned with your submission.

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=736078.

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.

(SC Ref:736078)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=736078

six.4) Procedures for review

six.4.1) Review body

Glasgow Sherrif Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom