- Scope of the procurement
- Lot 4. Reactive Electrical repairs
- Lot 1. Reactive multi-trade repairs
- Lot 3. Reactive joinery repairs
- Lot 5. Reactive plumbing repairs
- Lot 7. Builderwork, Drainage & Fencing
- Lot 12. Reactive Painting & Decorating
- Lot 14. Scaffolding works to assist with reactive repairs
- Lot 8. Reactive Blacksmith & Welding
- Lot 10. Reactive Door entry, TV and satellite communications
- Lot 13. Reactive Decorative Finishes
- Lot 11. Reactive glazing repairs
- Lot 9. Reactive Roofing & Roughcasting
- Lot 6. Reactive boiler and central heating repairs
- Lot 2. Out of Hours Reactive Repairs
Section one: Contracting authority
one.1) Name and addresses
Cassiltoun Housing Association Ltd.
Castlemilk Stables, 59 Machrie Road
Glasgow
G45 0AZ
cassiltoun@edwardsmacdowall.co.uk
Telephone
+44 1416342673
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=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
Country
United Kingdom