Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 2
Status Active
Published 12th Apr 2024
Reference | ocds-h6vhtk-04449a |
Common Procurement Vocabulary | Repair and maintenance services of building installations |
Procurement Method | Open procedure |
Value | £487,500 |
No location provided
Category Services
Type
No. of Lots 2
Status Active
Published 12th Apr 2024
Reference | ocds-h6vhtk-04449a |
Common Procurement Vocabulary | Repair and maintenance services of building installations |
Procurement Method | Open procedure |
Value | £487,500 |
Section I: Contracting authority
I.1) Name and addresses
Clyde Valley Group
50 Scott Street
Motherwell
ML1 1PN
Contact
Robert Pollock
robert.pollock [at] clydevalley.org
Telephone
+44 1698268855
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from another address:
A.D.A Construction Consultants
Pavilion 3, St James Business Park, 81 Linwood Road
Paisley
PA3 3BB
Contact
Alan Shanks
alan.shanks [at] ada-cc.co.uk
Telephone
+44 1418160184
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
https://www.publiccontractsscotland.gov.uk
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Other type
Registered Social Landlord
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Two Year Multi-Lot Contracts for Groundwork and Fencing Repair Services
II.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
II.1.3) Type of contract
Services
II.1.4) Short description
Clyde Valley Group is procuring a Multi-Lot Contract which shall deliver Responsive Maintenance Groundwork and Fencing Repair Services throughout Lanarkshire , Glasgow and East Dunbartonshire. The procurement aims to establish individual Contract’s for;
Lot 1 – North Lanarkshire and East Dunbartonshire Properties; and
Lot 2 – South Lanarkshire and Glasgow Properties.
Responsive Maintenance Services are currently delivered by Timetra Ltd to Clyde Valley Group as part of a single Provider Contract that encompasses Responsive Repairs, Void Property Works, Out of Hours Call Handling and Out of Hours Emergency Works as part of a single Contract. The structure of the existing contract delivered by Timetra Ltd is changing from a single Provider contract to three separate Lots of Responsive Repairs contracts, two separate Lots of Void Property Works contracts, two separate Lots for Roofing Repairs & Minor Works, two separate Lots for Groundworks & Fencing and two separate Lots of General Builder works including damp proofing & decoration. This ITT and procurement relates to procurement of two separate Lots contracts for Responsive Maintenance Groundwork and Fencing Repair Services during Normal Working Hours. The contract opportunities for the other services and Lots described above are being undertaken as separate procurements to this opportunity.
It is the intention of Clyde Valley Group to hold a ‘Contractors Workshop’ Event during the tender period.
The Event will be free of charge and shall provide an overview of the requirements, Clyde Valley Group’s aspirations, a summary of the
procurement process and information on how to complete the tender documents and submit a bid through the Contract Notice.
The ‘Contractors Workshop’ Event will be via by Zoom Video Conferencing at 14.00BST on Tuesday 30th April 2024.
The ‘Contractors Workshop’ Event will also provide an in-depth review of the tender document and information Bidders need to provide
with their tender.
To record your interest in the Event, please email the names of your organisations delegates to alan.shanks [at] ada-cc.co.uk not later than
12:00 noon BST on Monday 29th April 2024.
II.1.5) Estimated total value
Value excluding VAT: £487,500
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
II.2.1) Title
Groundwork and Fencing Repair Services to North Lanarkshire and East Dunbartonshire Properties
Lot No
1
II.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 34928200 - Fences
- 34928210 - Wooden posts
- 34928220 - Fencing components
- 34928320 - Guardrails
- 34928470 - Signage
- 45340000 - Fencing, railing and safety equipment installation work
- 45342000 - Erection of fencing
- 45221210 - Covered or partially-covered excavations
- 45232450 - Drainage construction works
- 45232452 - Drainage works
- 44113100 - Paving materials
- 44113000 - Road-construction materials
- 44113600 - Bitumen and asphalt
- 44113700 - Road-repair materials
- 44912400 - Kerbstones
II.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
North Lanarkshire and East Dunbartonshire
II.2.4) Description of the procurement
Single Stage Tendering in accordance with Regulations 28 (Open Procedure) and 47 (Division of contracts into lots) of the Public
Contracts (Scotland) Regulations 2015
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £243,750
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
May take up option of twelve month extensions up to a maximum of three further years (2026-2029) at an annual estimated cost of 65000 GBP excluding VAT for both Lot 1 and Lot 2 combined
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
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
SPD (Scotland) Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for
each subcontractor.
II.2) Description
II.2.1) Title
Groundwork and Fencing Repair Services to South Lanarkshire and Glasgow Properties
Lot No
2
II.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 34928200 - Fences
- 34928210 - Wooden posts
- 34928220 - Fencing components
- 34928320 - Guardrails
- 34928470 - Signage
- 44113000 - Road-construction materials
- 44113100 - Paving materials
- 44113600 - Bitumen and asphalt
- 44113700 - Road-repair materials
- 44312000 - Fencing wire
- 44912400 - Kerbstones
- 45221210 - Covered or partially-covered excavations
- 45221214 - Covered or partially-covered road excavations
- 45232450 - Drainage construction works
- 45232452 - Drainage works
- 45340000 - Fencing, railing and safety equipment installation work
- 45342000 - Erection of fencing
II.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
- UKM82 - Glasgow City
Main site or place of performance
South Lanarkshire and Glasgow
II.2.4) Description of the procurement
Single Stage Tendering in accordance with Regulations 28 (Open Procedure) and 47 (Division of contracts into lots) of the Public Contracts (Scotland) Regulations 2015
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £243,750
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
May take up option of twelve month extensions up to a maximum of three further years (2026-2029) at an annual estimated cost of 65000 GBP excluding VAT for both Lot 1 and Lot 2 combined
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
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
SPD (Scotland) Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for
each subcontractor.
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum “general” yearly turnover for the last two years of:
Lot 1 – 65000 GBP
Lot 2 – 65000 GBP
or
Bidders will be required to have an average yearly turnover for the last two years of:
Lot 1 – 65000 GBP
Lot 2 – 65000 GBP
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances indicated below:
Employer's (Compulsory) Liability Insurance - 5,000,000 GBP
Public Liability Insurance - 5,000,000 GBP
Contractors All Risk Insurance - 100,000 GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria
Question 4C.1.2 - Bidders will be required to provide two examples that demonstrate that they have the relevant experience to deliver the
services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Question 4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they
have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This
will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and
provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment
performance.
Questions 4C8.1 and 4C8.2 - Bidders will be required to confirm their average annual manpower for the last three years. Bidders will be
required to confirm their and the number of managerial staff for the last three years.
Question 4C.9 - Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment
to deliver the types of requirements detailed in II.2.4 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
'Tender Document F- NHF Form of Contract 2023 Volume 1(e) KPI Framework' attached to this Contract Notice.
Where performance falls below the minimum acceptable level during the Contract, Providers will be required to produce a
Remedial Plan for the approval of Clyde Valley Group.
Failure to produce a Remedial Plan or implement an approved Remedial Plan will be deemed to be a breach of the Contract, which may
lead to the termination of a Provider.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-006649
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
13 May 2024
Local time
9:00am
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
Tender must be valid until: 12 August 2024
IV.2.7) Conditions for opening of tenders
Date
13 May 2024
Local time
9:00am
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2026 at the earliest if the optional 12 month extensions are not applied
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
Tender Document D SPD (Scotland), Part IV Section C 'Technical and Professional Ability' will be scored on a pass or fail basis using the following scoring methodology;
0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. A Tenderer which scores ‘0 –
Unacceptable’ against any question will be disqualified.
1 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains
insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details
on how the requirement will be fulfilled in certain areas.
3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details
on how the requirements will be fulfilled.
4 – Very Good - Response is largely relevant and very good. The response demonstrates a very good understanding of the requirements and
provides adequate details on how the requirements will be fulfilled.
5 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a
thorough understanding of the requirement and provides details of how the requirement will be met in full.
A Tenderer will be required to achieve a minimum score of 2 against each Question within Part C, i.e. a score of 2 or greater shall represent
a Pass whereas a score of 1 or lower will represent a Fail. Clyde Valley Group will disregard, and not evaluate the remainder of
a Tenderers bid should the Tenderer fail to achieve the minimum score of 2 (a Pass) against any of the Questions included with Part C
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=763695.
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:
Please refer to Tender Document I 'Community Benefits' provided with the Contract Notice
(SC Ref:763695)
VI.4) Procedures for review
VI.4.1) Review body
Hamilton Sheriff Court
Hamilton
Country
United Kingdom