Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 24th Nov 2023
Reference | ocds-h6vhtk-041ca5 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 24th Nov 2023
Reference | ocds-h6vhtk-041ca5 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Larkfield Housing Association
14 Lothian Road
Greenock
PA16 0PG
kco [at] larkfieldha.org.uk
Telephone
+44 1475630930
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.larkfieldha.org.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13703
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from another address:
Ewing Somerville Partnership (Scotland) Ltd.
40C Speirs Wharf
GLASGOW
G4 9TH
info [at] ewing-somerville.com
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Larkfield H.A. - Annual Gas Central Heating Servicing & Reactive Maintenance Contract
Reference number
ESP: 4756
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
The works comprise the annual safety check of gas-powered domestic central heating systems and checking of carbon monoxide and smoke alarms. The works will involve a comprehensive appliance service and all responsive maintenance for the Client's gas appliances, associated flues, ventilation, gas pipe work, distribution systems, controls and associated equipment.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50531200 - Gas appliance maintenance services
II.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Greenock
II.2.4) Description of the procurement
This contract will include an annual gas safety check of gas-powered domestic central heating systems and checking of carbon monoxide and smoke alarms. The works will involve a comprehensive appliance service and all responsive maintenance for the Client's gas appliances, associated flues, ventilation, gas pipe work, distribution systems, controls, and associated equipment located on the Client's domestic premises as described within these documents. The contract also includes for the re-let gas safety checks, annual safety checks of tenant owned gas appliances.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 600
Price - Weighting: 400
II.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 contract is to be let for a period of two years with an option to extend the contract on a yearly basis for a further two years.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 -
http://www.gov.uk/government/organisations/companies-house or equivalent in other countries.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
8 January 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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)
IV.2.7) Conditions for opening of tenders
Date
8 January 2024
Local time
12:00pm
Section VI. Complementary information
VI.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 two years with the option to extend thereafter on a yearly basis up to a maximum of two additional years. The earliest potential timescale for publication of a new notice is therefore 2026.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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=751030.
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.
(SC Ref:751030)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=751030
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sheriff Court
1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom