Tender

Housing Aids and Adaptations 2025-29

  • Angus Council

F02: Contract notice

Notice identifier: 2024/S 000-021340

Procurement identifier (OCID): ocds-h6vhtk-047cd7

Published 12 July 2024, 8:43am



Section one: Contracting authority

one.1) Name and addresses

Angus Council

Angus House, Orchardbank Business Park

Forfar

DD8 1AN

Email

mcewenkg@angus.gov.uk

Telephone

+44 3452777778

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.angus.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236

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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Housing Aids and Adaptations 2025-29

Reference number

60501354

two.1.2) Main CPV code

  • 45262700 - Building alteration work

two.1.3) Type of contract

Works

two.1.4) Short description

The supply of and/or installation of aids and adaptations to all tenures of Housing within Angus (including Council owned housing, private

housing and Housing Associations)

two.1.5) Estimated total value

Value excluding VAT: £5,750,000

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

Major Adaptations

Lot No

3

two.2.2) Additional CPV code(s)

  • 45262700 - Building alteration work

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

All tenures of Housing within Angus (including Council owned housing, private housing and Housing Associations)

two.2.4) Description of the procurement

Major Adaptations including, but not limited to, removable and permanent ramps, level access showers, wet rooms, installation of specialist wc's, through floor lifts, wheelchair adapted kitchens, major internal refurbishment of properties and/or extensions

two.2.5) Award criteria

Quality criterion - Name: Quality as outlined in the Tender Documents / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £4,450,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 year contract with the option of extending by a further 1 year

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

This procurement will be conducted through the use of the Restricted Procedure.

All queries about this procurement must be made through the PCS messaging system.

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

It is intended that this Lot will be a framework. The vast majority of the works orders will be placed with the Tenderer providing the Most Economically Advantageous Tender but there will be occasions when mini-competitions will be held.

two.2) Description

two.2.1) Title

Moderate Adaptions

Lot No

2

two.2.2) Additional CPV code(s)

  • 45262700 - Building alteration work

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

All tenures of Housing within Angus (including Council owned housing, private housing and Housing Association)

two.2.4) Description of the procurement

Moderate Adaptations including, but not limited to, blacksmith made handrails, re-hanging doors, alterations to or forming of external steps, folding rails, widening of door openings and over bath showers

two.2.5) Award criteria

Quality criterion - Name: Quality as outlined within the Tender Documents / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 year contract with the option of extending by a further 1 year.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

This procurement will be conducted through the use of the Restricted Procedure.

All queries about this procurement must be made through the PCS messaging system.

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) Description

two.2.1) Title

Minor Adaptations

Lot No

1

two.2.2) Additional CPV code(s)

  • 45262700 - Building alteration work

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

All tenures of Housing within Angus (including Council owned housing, private housing and Housing Association)

two.2.4) Description of the procurement

Minor adaptations including, but not limited to, External and Internal Grab Rails, Stair bannisters, rails at wc's, baths and showers, step markings, lowering of internal door thresholds and fitting of Telecare equipment

two.2.5) Award criteria

Quality criterion - Name: Quality as will be detailed within the tender documents / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £900,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 year contract with the option to extend by a further 1 year

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

This procurement will be conducted through the use of the Restricted Procedure.

All queries about this procurement must be made through the PCS messaging system.

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


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

Although not required at this stage Bidders should be aware that electrical works must only be carried out by operatives currently enrolled

with the National Inspection Council for Electrical Installation Contracting (NICEIC) or a current member of the Electrical Contractors’

Association of Scotland (SELECT) or European equivalent

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

Will be contained within the Invitation to tender (ITT)


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 6

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

12 August 2024

Local time

12:00pm

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

30 August 2024

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years from now.

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.3) Additional information

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=584892.

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.

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=771801.

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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

A Community Benefits Project Plan will be issued with the Tender Documents and this will detail the requirements.

(SC Ref:771801)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=771801

six.4) Procedures for review

six.4.1) Review body

Forfar Sheriff Court and Justice of the Peace

Forfar

DD8 3LA

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/forfar-sheriff-court-and-justice-of-the-peace-court