Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 28th Jan 2025
Reference | ocds-h6vhtk-04d6d8 |
Common Procurement Vocabulary | Repair and maintenance services of building installations |
Procurement Method | Open procedure |
Value | £1,000,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 28th Jan 2025
Reference | ocds-h6vhtk-04d6d8 |
Common Procurement Vocabulary | Repair and maintenance services of building installations |
Procurement Method | Open procedure |
Value | £1,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Link Group Ltd
Link House, 2C New Mart Road
Edinburgh
EH14 1RL
Contact
Steven Gallagher
steven.gallagher [at] curb.scot
Telephone
+44 3451400100
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
I.1) Name and addresses
Horizon Housing Association Limited
Leving House, Fairbairn Place
Livingston
EH54 6TN
rob.ormston [at] horizonhousing.org
Telephone
+44 7784239374
Country
United Kingdom
NUTS code
UKM78 - West Lothian
Internet address(es)
Main address
https://www.horizonhousing.org/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12122
I.1) Name and addresses
Larkfield Housing Association
14 Lothian Road
Greenock
PA16 0PG
info [at] larkfieldha.org.uk
Telephone
+44 1475630930
Fax
+44 1475636111
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17004
I.1) Name and addresses
West Highland Housing Association
Crannog Lane
Oban
PA34 4HB
mail [at] westhighlandha.co.uk
Telephone
+44 1631566451
Fax
+44 1631565711
Country
United Kingdom
NUTS code
UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Internet address(es)
Main address
http://www.westhighlandha.co.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16202
I.2) Information about joint procurement
The contract involves joint procurement
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, 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
Commercial Central Heating Planned Maintenance and Reactive Repairs Contract
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
The elements to be covered in the servicing, maintenance and repair contract include, but are not limited to, the following:-
(a) Annual Service to all commercial gas appliances within Link stock, including CHP units with relevant regulatory guided certification paperwork in electronic format.
(b) Annual check on all electrical control panels serving the commercial heating system.
(c) The testing and examination of gas meter installations and all gas supply pipework inside or outside the property.
(d) Annual testing on commercial meters and pipe work.
(e) Includes the tracing and repairing of gas escapes where necessary, and the replacement of part, or all of the internal existing gas supply pipe work.
(f) Natural gas fired central heating boilers and systems, including all components such as casings, heat exchangers, burners, FSD's, fans and motors, control valves, safety and limiting devices, gas valves, flame supervision devices, thermocouples, thermostats, time switches, sequence boards, flue systems, appliance chassis, combustion chambers, insulation panels, integral wiring and control circuitry, gauges and associated equipment.
(g) Radiators and radiator valves (including thermostatic radiator valves).
(h) System pipework including primary flow and return circuits and all circulatory pipework, valves, fittings etc.
(i) Room, hot water, pipe and frost thermostats. BMS.
(k) SAV Units and individual domestic heating systems for dwellings supplied by communal heating plant. CRP Units.
(m) Plated heat exchangers.
(n) Solar Thermal Hot Water Systems.
(o) Hot water cylinders/calorifiers of all types.
(p) Feed and expansion cistern including bye-law 30 kits.
(q) Pressurisation vessels.
(r) Circulating pumps and valves (shunt, primary and secondary).
(s) Motorised valves, two and three port
(t) All consumable items such as lubricants, filters, inhibitors, tape, flux, leadfree solder, jointing compounds, threading tape, batteries, etc.
(u) All associated electrical components and wiring.
(v)
Annual service and maintenance of air conditioning units.
(w) Annual service and maintenance of booster pumps/compressors, controls and high-pressure pipe work.
(x) Heat Interface Units (HIU)
(y) Commercial Air Source Heat Pumps
This list of elements covered by the contract covers the main components only and is not intended to be exhaustive. It must be understood that the contract covers all components of the Client's gas and heating installations on their premises as deemed appropriate by the Client's Representative. Any queries should be discussed with the Client's Representative prior to the Contractor's tender being submitted.
II.1.5) Estimated total value
Value excluding VAT: £1,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 44621200 - Boilers
- 44621220 - Central-heating boilers
- 50531100 - Repair and maintenance services of boilers
- 39715210 - Central-heating equipment
- 42515000 - District heating boiler
- 44115200 - Plumbing and heating materials
- 44115220 - Heating materials
- 44621112 - Parts of central-heating radiators
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 31600000 - Electrical equipment and apparatus
- 31680000 - Electrical supplies and accessories
- 31681000 - Electrical accessories
- 45311100 - Electrical wiring work
- 45311200 - Electrical fitting work
- 45311000 - Electrical wiring and fitting work
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
II.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
- UKM8 - West Central Scotland
- UKM9 - Southern Scotland
Main site or place of performance
Throughout Central Belt of Scotland
II.2.4) Description of the procurement
Single Stage Tendering in accordance with Regulations 28 (Open Procedure) 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: £1,000,000
II.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
May take up option of twelve month extensions up to a maximum of two further years (2028-2030) at an estimated value of 200000 GBP
(excluding VAT) per annum. The estimated annual value of the contract is 200000 GBP excluding VAT.
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 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Refer Tender Document A - ITT and Quality Questionnaire, Section 9 including
Bidders shall be Gas Safe Registered, NICEIC, SELECT or The Electrical Contractors Association (ECA), and operatives engaged in delivering the requirements must have the required range of ACS accreditation described within Section 9 of Tender Document A - ITT and Quality Questionnaire
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 of 400000 GBP for the last two years or have an average yearly
turnover of a minimum of 400000 GBP for the last two years.
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
III.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must be able to provide two examples of similar Commercial Central Heating Planned Maintenance and Reactive Repairs services similar to the requirements of Link Group undertaken during the last three years that demonstrate that they have the relevant experience to deliver the services/supplies including a service to undertake reactive repairs notified out with normal working hours
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
Refer Tender Document A - ITT and Quality Questionnaire, Section 9 including:
Bidders shall be Gas Safe Registered, NICEIC, SELECT or The Electrical Contractors Association (ECA), and operatives engaged in delivering the requirements must have the required range of ACS accreditation described within Section 9 of Tender Document A - ITT and Quality Questionnaire
III.2.2) Contract performance conditions
The Contract Performance Conditions are described within Tender Document A 'ITT and Quality Questionnaire' and Tender Document B
'Price Schedule' provided with the Contract Notice
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
27 February 2025
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
Tender must be valid until: 28 May 2025
IV.2.7) Conditions for opening of tenders
Date
27 February 2025
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: 2027 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
SPD, 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.
Link 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=788646.
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:788646)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=788646
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of Peace Court
Edinburgh
Country
United Kingdom