Tender

Repairs & Maintenance & Void Framework

  • Linthouse Housing Association

F02: Contract notice

Notice identifier: 2024/S 000-040292

Procurement identifier (OCID): ocds-h6vhtk-04a380

Published 13 December 2024, 2:44pm



The closing date and time has been changed to:

27 January 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Linthouse Housing Association

1 Cressy Street, Linthouse

Glasgow

G51 4RB

Email

info@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

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

Repairs & Maintenance & Void Framework

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Repairs & Maintenance & Void Framework 2025 – 2027 with 2 x single year extension options.

two.1.5) Estimated total value

Value excluding VAT: £4,500,000

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
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

LHA is looking for multi-trade providers to undertake all the R&M and Voids service and all trades works including but not exclusively Joinery, Plumbing, Electrical, Builder, Plastering, Painting, Tiling, roofing, and house clearance/cleaning etc, as required in this ITT and of this Framework. The works will consist of reactive repairs including out of hours emergencies covering 365 days per year and 24/7 in-day and out of hours reactive repairs to properties and common areas at various sites within the Association stock as may be required from time to time during the Framework Period by the Framework Administrator or their representatives. The Association may also include Cyclical maintenance services, Medical Adaptations and Capital works under this contract as required.

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

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a period of 4 years; it will initially run for 24 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 attached 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

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 000-030945

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 and comprehensively understand the attached ITT - SPD and Price Quality Evaluation - RM and Voids - Final

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=785809.

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:

It is a contractual requirement to comply with the CBs set for this contract. See attached 'CB Clause for % contribution on Framework' that must be completed and returned with your submission.

(SC Ref:785809)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom