Tender

Gas Service & Repairs Contract 2022 - 2027

  • Linthouse Housing Association

F02: Contract notice

Notice identifier: 2022/S 000-026276

Procurement identifier (OCID): ocds-h6vhtk-0369b9

Published 20 September 2022, 4:21pm



Section one: Contracting authority

one.1) Name and addresses

Linthouse Housing Association

1 Cressy Street, Linthouse

Glasgow

G51 4RB

Contact

Derek Rainey

Email

tenders@linthouseha.com

Telephone

+44 1414454418

Fax

+44 1414458421

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.linthouseha.com/

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