Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 30th Jan 2024
Reference | ocds-h6vhtk-04358f |
Common Procurement Vocabulary | Gas appliance maintenance services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 30th Jan 2024
Reference | ocds-h6vhtk-04358f |
Common Procurement Vocabulary | Gas appliance maintenance services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Yorkhill Housing Association Ltd
1271 Argyle Street
Glasgow
G3 8TH
administration [at] yorkhillha.org
Telephone
+44 1412857910
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=AA15182
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.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
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
Yorkhill HA Gas maintenance Contract 2024
Reference number
6354
II.1.2) Main CPV code
- 50531200 - Gas appliance maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
The services and works to be undertaken (hereinafter referred to as the Works) comprises the provision of a term maintenance contract for:
an all-inclusive comprehensive annual gas inspection, servicing, certification & maintenance contract [with provisional associated replacement works, including boilers, CH systems and associated works] to approximately 416 domestic and 2 commercial [office] Gas Central Heating Installations covering all labour, parts and certification to maintain fully functioning hot water & heating systems as categorised under the Right to Repair Statutory Scheme in the Employer’s tenanted flats/ houses (which quantity may vary from time to time), all within Yorkhill, Glasgow G3 as detailed in Schedule 1, which is the Contract Area.
The services also include [refer reporting format at Schedule 12]:
gas safety checks to 3 properties with gas meters but no gas appliances comprising detector operation/ functionality and temporary heating requirements;
gas safety checks to 10 properties with no gas meter comprising detector operation/ functionality and temporary heating requirements;
inspections/ servicing and recording for all flats and offices: the smoke/ heat/ CO detectors expiry dates and serial numbers; magna clean/ filter check & clean; check & record inhibitor levels; recording boiler serial numbers; recording meter types and measuring/ assessing/ recording visual mould growth locations in flats.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50720000 - Repair and maintenance services of central heating
II.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Yorkhill, Glasgow G3
II.2.4) Description of the procurement
The tender documents comprise (1) the SPD document [minimum selection standards]; (2) the Specification of Works [contract & tender pricing document]; and (3) your Contractor Design Proposals [CDP], which will be your tender quality submission.
The tender evaluation will comprise the SPD, your quality score for your Contractor Design Proposals [CDP]; and the Contract Sum stated on the Form of Tender.
The submitted SPD will assess the selection criteria as a pass or fail to identify contractors who pass by meeting the specified criteria. Only those contractors who achieve an SPD pass will have their tender quality and cost considered/ evaluated.
The criteria for scoring will be to reach a total percentage score as follows:
Price (tender)- deducting 1% from 100 for every percentage point each tender is in excess of the lowest tender, prior to weighting.
Quality- Contractor Design Proposals [CDP] scoring will be maximum 100 marks, submissions ranked in relation to the other candidates based on the Employer’s stated aspirations/ requirements and the information provided by the candidate(s). The Contractor Design Proposal [CDP] scores will be converted to a percentage, prior to weighting.
The highest scoring candidate may be recommended for acceptance as the preferred contractor
II.2.5) Award criteria
Quality criterion - Name: CDP Quality / Weighting: 80
Price - Weighting: 20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
The initial contract period is from 1st April 2024 to 31st March 2025, with options to extend the contract solely at the Employer’s discretion on an annual basis thereafter to 31st March 2029.
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
II.2.14) Additional information
Refer to 'Instructions to Contractors and Project Criteria at Specification of Works pages 3-11.
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
Refer to the SPD and Specification of Works pages 6-7:
Minimum standards to be maintained for contractors delivering the services/ works include:
Company equal opportunities policy to be maintained and enacted; Gas Safe registration, relevant to the requirements of this contract, at both company and operative level; Gas Engineers delivering the services must be GasSafe registered and hold the Full Domestic ACS qualification; All operatives delivering the services must be UKATA [or equal] asbestos awareness trained; Detector installers delivering the services must be certified Aico 'Expert Installer LD2 CPD trained' or equivalent; Company accreditation for compliance in accordance with ISO 9001&14001 and BS ISO 45001; meeting the assessment requirements of a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP) and PAS 2030 registration.
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
GasSafe registered heating engineers
III.2.2) Contract performance conditions
Refer Specification of Works
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
29 February 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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
29 February 2024
Local time
1:00pm
Place
Yorkhill Housing Association
1271 Argyle Street
Glasgow G3 8TH
Information about authorised persons and opening procedure
Staff and committee members in accordance with Yorkhill HA tendering procedures
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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
Refer to 'Instructions to Contractors and Project Criteria' at Specification of Works pages 3-11
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=756543.
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 Specification of Works Schedule 9
(SC Ref:756543)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9TW
glasgow [at] scotcourts.gov.uk
Telephone
+44 1414298888
Country
United Kingdom