Section one: Contracting authority
one.1) Name and addresses
Viewpoint Housing Association
4 South Oswald Road
Edinburgh
EH9 2HG
Telephone
+44 1316684247
Fax
+44 1316620700
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11642
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
http://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://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
Responsive, Void Property Repairs and Minor Planned Maintenance Works
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Reactive Repairs and Voids MTC 2025 to 2028 with 2 single year extension option to 2030
two.1.5) Estimated total value
Value excluding VAT: £6,500,000
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
- UKM75 - Edinburgh, City of
- UKM72 - Clackmannanshire and Fife
two.2.4) Description of the procurement
VHA is looking for a single multi-trade provider to undertake all the R&M and Voids service and all trades works including but not exclusively Joiner, Plumber, Electrical, Builder, Plastering, Painting, Tiler, and house clearance/cleaning etc. as required in this ITT and of this Contract.
The works will consist of void property repairs and reactive repairs and out of hour’s emergencies 365/6 days per year to properties and common areas at various sites within the Association stock as may be required from time to time during the Contract Period by the Contract Administrator or his representatives.
The Association may also include Batched and Cyclical maintenance, Capital works and minor Medical Adaptations under this contract.
The Employer may seek to delegate In-day Repairs Reporting direct to the Contractor over the duration of the contract, refer to Quality documentation for details and requirements for bidders at tender submission.
The Contract will be for a period of 5 years; it will initially run for 36 months and then will have the option to extend for a further 2 single 12-month periods at The Association’s individual discretion.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Cost of Service / Weighting: 40%
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 period of 5 years; it will initially run for 36 months and then will have the option to extend for a further 2 single 12-month periods at The Association’s individual discretion.
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
See 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
See attached ITT - SPD and Price Quality Evaluation - RM and Voids - Final
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
See attached ITT - SPD and Price Quality Evaluation - RM and Voids - Final
three.2.2) Contract performance conditions
See attached KPIs
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-032784
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
24 January 2025
Local time
12:00pm
Changed to:
Date
27 January 2025
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 January 2025
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: See attached ITT - SPD and Price Quality Evaluation - RM and Voids - Final
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 read the attached 'ITT - SPD and Price Quality Evaluation - RM and Voids - Final' for details scope of requirements.
Note:
The MTC is a 3+1+1 from 2025 to 2028 with 2 single year extension option to 2030.
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=785800.
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
See attached contractual obligation requirements for CB and you must complete the CB Clause for % contribution on MTC form and return this with the submission.
(SC Ref:785800)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
Country
United Kingdom