Section one: Contracting authority
one.1) Name and addresses
Partick Housing Association Ltd.
10 Mansfield Street
Glasgow
G11 5QP
Telephone
+44 1413573773
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=AA13703
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 another address:
Ewing Somerville Partnership (Scotland) Ltd.
40 Speirs Wharf
Glasgow
G4 9TH
Telephone
+44 1413533531
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Partick Housing Association: Passenger Lift Servicing & Reactive Maintenance Contract
Reference number
ESP 4810
two.1.2) Main CPV code
- 50750000 - Lift-maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The work to be carried out under this contract consists of Planned Servicing and Reactive Maintenance to passenger Lift installations within various four, five, six, seven and nine storey blocks of flats as detailed in the List of Addresses and Property Types contained within the Contract Documentation.
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
- 42416100 - Lifts
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Partick.
two.2.4) Description of the procurement
The work to be carried out under this Contract consists of Planned Servicing and Reactive Maintenance to passenger lift installations within various residential properties.
The full scope and specification of works is contained within the Contract Documentation.
Works include all minor repairs, supply and fit replacement components and parts, undertaking adjustments to maintain the lift installation systems operating in a safe, energy efficient manner at all times.
In the event of proprietary equipment or control systems etc. requiring diagnostic or remedial action which is beyond the experience of the Contractor’s staff, the Contractor shall obtain, at his own expense, the services of the original lift manufacturer’s field technician engineers, or other specialists as may be deemed necessary for diagnostic advice.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
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
Option to extend the contract by a variable period not exceeding 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulations 8 and 9 of the Procurement (Scotland) Regulations 2016.
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
The relevant requirement is set out in the SPD, Part IV Selection Criteria [4A1a] Enrolment in a relevant professional register. The following statement clarifies the requirement:
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
The relevant trade register in the UK is the Companies House Register - ://www.gov.uk/government/organisations/companies-house or equivalent in other countries.
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.2.3) 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.1.8) 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
Originally published as:
Date
9 October 2024
Local time
12:00pm
Changed to:
Date
16 October 2024
Local time
12:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 October 2024
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: The Contract will be awarded for a period of three years with the option to extend thereafter up to a maximum of two additional years. The earliest potential timescale for publication of a new notice is therefore 2027.
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
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=777447.
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:
Refer to Appendix 4 Question 3.2 of the Contract Documentation.
(SC Ref:777447)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=777447
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom