Section one: Contracting authority
one.1) Name and addresses
Linthouse Housing Association
1 Cressy Street, Linthouse
Glasgow
G51 4RB
Contact
Derek Rainey
Telephone
+44 1414454418
Fax
+44 1414458421
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=AA15842
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Other type
Housing Association
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Gas Service & Repairs Contract 2022 - 2027
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Gas Services with follow on Repair Works & Replacements, Voids, Reactive Repairs and Adhoc boiler and full system Renewal Contract 2022 – 2027
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow, G51
two.2.4) Description of the procurement
Gas Services and Reactive Repairs Contract to approximately 1153 (gas) dwellings for The Associations in total (individual broken down below) as per the attached address lists but may include a wider geographical area in future. The contract may also include some Ad-Hoc Boiler and Full System Renewals as required.
The LHA wishes to enter into Measured-Term Contract Agreements (MTCA) with an organisation/supplier who is suitably qualified and experienced in the provision of Gas Services and Reactive Repairs and Ad-hoc Boiler and Full System Renewal. The contract will be for a three (3) year period with the option to extend for multiple two (2) single one-year periods solely at The Clients discretion.
Servicing works will be completed within a 10-month programme to allow for access and 100% completion of all servicing to all properties. Servicing and Safety checks to be carried out as per the provide schedule and programme to be provided by The Association.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Quality criterion - Name: Interview (if selected) / Weighting: 20%
Cost criterion - Name: Cost of Service / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £750,000
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
The contract will be for a three (3) year period with the option to extend for multiple two (2) single one-year periods solely at The Clients discretion.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
As stated in the ITT
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
As stated in the ITT
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
As stated in the ITT
three.2.2) Contract performance conditions
KPI's are stated in tender documentation and ITT
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.1.6) Information about electronic auction
An electronic auction will be used
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
21 October 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 October 2022
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: 2025 at the earliest if the optional extension periods are not applied.
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 ensure that you comprehensively read and review the information you have been asked to submit in your response to the SPD as failure to submit the information as specifically requested may result in your submission being deemed incomplete or invalid and removed from the procurement process.
The SPD is a pass or fail selection criteria.
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=707352.
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:
A summary of the expected community benefits will be provided within the final ITT documents.
(SC Ref:707352)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom