Tender

Framework for Reactive Repairs Contractors (various trades)

  • Cassiltoun Housing Association Ltd.

F02: Contract notice

Notice identifier: 2023/S 000-022799

Procurement identifier (OCID): ocds-h6vhtk-03ed48

Published 4 August 2023, 3:49pm



Section one: Contracting authority

one.1) Name and addresses

Cassiltoun Housing Association Ltd.

Castlemilk Stables, 59 Machrie Road

Glasgow

G45 0AZ

Email

cassiltoun@edwardsmacdowall.co.uk

Telephone

+44 1416342673

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.cassiltoun.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11383

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

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Other type

Registered Social Landlord

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework for Reactive Repairs Contractors (various trades)

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Cassiltoun Housing Association plans to engage a range of experienced contractors to provide a reactive repairs service for its tenants and factored owners in buildings it owns and factors the Castlemilk area of Glasgow.

two.1.5) Estimated total value

Value excluding VAT: £2,100,000

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

Reactive Electrical repairs

Lot No

4

two.2.2) Additional CPV code(s)

  • 50711000 - Repair and maintenance services of electrical building installations

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

Electrical reactive repairs to social housing, common areas and client offices

including fittings, switches and sockets, wiring, consumer units, detectors, showers, inspections, certification.

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 70

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and client offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Reactive multi-trade repairs

Lot No

1

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

Multi-trade building maintenance services for reactive repairs to social housing, common areas and client offices

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 30

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3+1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and offices.

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

Reactive joinery repairs

Lot No

3

two.2.2) Additional CPV code(s)

  • 45421000 - Joinery work

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

Reactive repairs to adjust, refix, replace joinery incl. kitchen units and windows.

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 30

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Reactive plumbing repairs

Lot No

5

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

Plumbing services for reactive repairs to social housing, common areas and client offices including clearing blockages, carrying out repairs, incl. bathroom replacements.

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 70

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and client offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Builderwork, Drainage & Fencing

Lot No

7

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

reactive repairs - Builderwork, Drainage & Fencing. Labouring, brickwork, builderwork, render/ roughcasting, timber fencing, slabbing, underground drainage etc.

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 70

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and client offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Reactive Painting & Decorating

Lot No

12

two.2.2) Additional CPV code(s)

  • 45442180 - Repainting work
  • 45442100 - Painting work
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

Reactive painterwork [small works] and cyclical external fabric, external common & internal close redecoration.

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 70

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and client offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Scaffolding works to assist with reactive repairs

Lot No

14

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 45262100 - Scaffolding work

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

Supply/erect/maintain scaffolding for use in reactive works carried out by other contractors appointed by Cassiltoun HA.

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 70

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and client offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Reactive Blacksmith & Welding

Lot No

8

two.2.2) Additional CPV code(s)

  • 71550000 - Blacksmith services

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

Reactive repairs to metalwork/ fencing including welding.

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 70

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and client offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Reactive Door entry, TV and satellite communications

Lot No

10

two.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

Communications- reactive repairs to door entry (locks, wiring, handsets, controllers), TV and Satellite (Aerials, wiring & controls).

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 70

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and client offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Reactive Decorative Finishes

Lot No

13

two.2.2) Additional CPV code(s)

  • 45431000 - Tiling work
  • 50700000 - Repair and maintenance services of building installations
  • 45410000 - Plastering work

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

`Reactive repairs to social housing, common areas and office. Includes plastering, ames taping, tiling and close flooring/ nosing repairs.

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 70

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and client offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Reactive glazing repairs

Lot No

11

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 45441000 - Glazing work

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

Reactive glazing repairs services to social housing and client offices.

Supply, replace and make safe.

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 70

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing and client offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Reactive Roofing & Roughcasting

Lot No

9

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

Roofing & Roughcasting reactive repairs.

Roof, gutter, downpipe, flashing repairs, gutter cleaning, roof anchor certification and render/ roughcasting.

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 70

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and client offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Reactive boiler and central heating repairs

Lot No

6

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50720000 - Repair and maintenance services of central heating

two.2.3) Place of performance

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

Castlemilk, Glasgow

two.2.4) Description of the procurement

Reactive repairs to boiler/ radiator/ pipework/ controls, out with day-to-day Gas Maintenance which is a separate contract.

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 70

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and client offices

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

Please refer to documents attached to the Contract Notice

two.2) Description

two.2.1) Title

Out of Hours Reactive Repairs

Lot No

2

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

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

Castlemilk , Glasgow

two.2.4) Description of the procurement

Out of hours reactive repairs to social housing, common areas and client offices

two.2.5) Award criteria

Quality criterion - Name: Proposed approach to communication, management and delivery of reactive repairs service within the environment of the social rented sector, including supply chain management / Weighting: 22

Quality criterion - Name: Proposed approach to delivering high levels of tenant satisfaction for CHA / Weighting: 22

Quality criterion - Name: Proposed approach to achieving and maintaining high standards within the realm of Health and Safety when delivering works / Weighting: 16

Quality criterion - Name: Proposed approach to delivering community benefits / Weighting: 10

Price - Weighting: 30

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

To a maximum of 5 years ( i.e. 3 +1 +1 )

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Completion/ submission of SPD and pass all sections, per details provided in documents attached to Contract Notice. This includes, but is not limited to, having successfully met the assessment requirements and be registered with a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP). Experience of providing similar services to RSL or Local Authority required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Cassiltoun may wish to extend use of contractors beyond existing housing, common areas and offices.

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

All operatives delivering the services must be UKATA [or equal] asbestos awareness trained

Select/ NICEIC for contractors applying for contracts relating to electrical work

GasSafe for contractors applying for contracts relating to gas

1.Multi trade: SSIP & Select or NICEIC & GasSafe

2.Out of Hours: As per trade Lot stated below.

3.Joinery: SSIP

4.Electrical: SSIP & Select or NICEIC.

5.Plumbing: SSIP

6.Boilers & CH: SSIP & GasSafe.

7.Builderwork, Drainage & Fencing: SSIP

8.Blacksmith & Welding: SSIP.

9.Roofing & Roughcasting: SSIP.

10.Communications: SSIP & Select or NICEIC.

11.Glazing: SSIP.

12.Painting & Decorating: SSIP

13.Finishes: SSIP

14.Scaffolding: SSIP.

SSIP= registered with a construction-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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Select/ NICEIC for contractors applying for contracts relating to electrical work

GasSafe for contractors applying for contracts relating to gas


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 a single operator

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 September 2023

Local time

9:30am

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

20 October 2023

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: 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

Refer attached documents that accompany this Notice.

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=740352.

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:

From the award of contract, the successful providers will be required to work with the Association to maximise the community benefits delivered through the contract. The Association requires that these are targeted within 3 areas, namely Employability, Communities and Capacity Building. A KPI will be mutually agreed between CHA and the successful contractors and will be monitored and reported on.

In stage 2 of this procurement exercise, bidders will be asked to provide an indication of how they would plan to meaningfully contribute to community benefits delivery within the local area, commensurate with the value of works instructed.

It is anticipated that a points-based system will be used- with points based on annual amount of work ordered, with a minimum set for when Community Benefit contributions are activated. Mid-year reviews are anticipated.

(SC Ref:740352)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carton Place

Glasgow

G5 9TW

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom