Award

Provision of a Care and Repair and Small Repairs Service

INVERCLYDE COUNCIL

This public procurement record has 2 releases in its history.

Award

01 Feb 2024 at 09:45

Tender

22 Nov 2023 at 11:18

Summary of the contracting process

The Inverclyde Council has concluded the award process for the tender titled "Provision of a Care and Repair and Small Repairs Service" for building and facilities management services within the Inverclyde area. The procurement stage was "cancelled" with a total contract value of 696,000 GBP. The main procurement category was services, and the award was granted to Bridgewater Housing Association. The contract was signed on January 29, 2024, emphasising the requirement that all personnel delivering the contract must be PVG Registered. The contract's primary address for delivery is in Inverclyde, UK.

This tender presents a lucrative opportunity for service providers experienced in delivering Care and Repair and Small Repairs services within the building and facilities management sector. Companies with expertise in project management addressing the needs of disabled individuals for home adaptations and promoting independence are particularly well-suited to compete for this contract. The Inverclyde Council as the buying organisation has outlined specific award criteria focusing on quality and social value outcomes, making it essential for tenderers to align their submissions with these objectives to maximise their chances of success.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of a Care and Repair and Small Repairs Service

Notice Description

This Invitation to Tender is for the Provision of a Care and Repair and Small Repairs Service in the Inverclyde area.

Lot Information

Lot 1

This Contract is for a combined Care and Repair and Small Repairs Service. The Care and Repair and Small Repairs Service forms part of the Scheme of Assistance designed by the Council under section 72 of the Housing (Scotland) Act 2006. The services will provide a full project management service to Inverclyde residents. Implementing the Housing Scotland) Act 2006; Statutory Guidance for Local Authorities - Work to Meet the Needs of Disabled People, this service is to assist the resident group to adapt their homes to enable them to access standard amenities, to promote independence and live in their home for longer. Inverclyde Council are inviting tenders from service providers who are suitably experienced and have the appropriate expertise to provide the specified Care and Repair and Small Repairs Service. 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.

Renewal: The Council may, at it's sole discretion, extend the contract for a further period of up to two years. Any such option to extend the contract will be subject to the Council's budget availability and satisfactory performance of the contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-041be2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003303-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79993000 - Building and facilities management services

Notice Value(s)

Tender Value
£696,000 £500K-£1M
Lots Value
£696,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£696,000 £500K-£1M

Notice Dates

Publication Date
1 Feb 20242 years ago
Submission Deadline
22 Dec 2023Expired
Future Notice Date
Not specified
Award Date
29 Jan 20242 years ago
Contract Period
Not specified - Not specified
Recurrence
If the services are still required and budget is confirmed then a retender may be undertaken.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
INVERCLYDE COUNCIL
Contact Name
Not specified
Contact Email
procurement@inverclyde.gov.uk
Contact Phone
+44 1475712634

Buyer Location

Locality
GREENOCK
Postcode
PA15 1LX
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Inverclyde
Electoral Ward
Inverclyde North
Westminster Constituency
Inverclyde and Renfrewshire West

Supplier Information

Number of Suppliers
1
Supplier Name

BRIDGEWATER HOUSING ASSOCIATION

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-041be2-2024-02-01T09:45:16Z",
    "date": "2024-02-01T09:45:16Z",
    "ocid": "ocds-h6vhtk-041be2",
    "description": "It is a requirement that all personnel who will be employed to deliver this contract are PVG Registered or Disclosure Checked. Details will be required to be displayed to a nominated Council Officer prior to the commencement of the contract Tenderers will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certification, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate. It will also be a condition of contract that Tenderers comply with Inverclyde Council's General Conditions of Contract, Special Conditions of Contract, Specification & Contract Information for Tenderers. (SC Ref:756819)",
    "initiationType": "tender",
    "tender": {
        "id": "CP0531/EPP",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of a Care and Repair and Small Repairs Service",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79993000",
            "description": "Building and facilities management services"
        },
        "mainProcurementCategory": "services",
        "description": "This Invitation to Tender is for the Provision of a Care and Repair and Small Repairs Service in the Inverclyde area.",
        "value": {
            "amount": 696000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This Contract is for a combined Care and Repair and Small Repairs Service. The Care and Repair and Small Repairs Service forms part of the Scheme of Assistance designed by the Council under section 72 of the Housing (Scotland) Act 2006. The services will provide a full project management service to Inverclyde residents. Implementing the Housing Scotland) Act 2006; Statutory Guidance for Local Authorities - Work to Meet the Needs of Disabled People, this service is to assist the resident group to adapt their homes to enable them to access standard amenities, to promote independence and live in their home for longer. Inverclyde Council are inviting tenders from service providers who are suitably experienced and have the appropriate expertise to provide the specified Care and Repair and Small Repairs Service. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Transition of Service",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Care and Repair and Small Repairs Service Delivery Plan",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Care & Repair and Small Repairs Service Team Structure and Staff",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Client Awareness and Access",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Managing a Framework of Contractors",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Complaints Handling",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Outputs",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Account Management",
                            "type": "quality",
                            "description": "1"
                        },
                        {
                            "name": "Provision of Reports",
                            "type": "quality",
                            "description": "1"
                        },
                        {
                            "name": "Social Value Outcome Menu",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Social Value Supporting Methodology",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 696000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may, at it's sole discretion, extend the contract for a further period of up to two years. Any such option to extend the contract will be subject to the Council's budget availability and satisfactory performance of the contract."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "deliveryLocation": {
                    "description": "Inverclyde"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B.1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following: (a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check). OR (b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check). PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW: APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT'S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK. You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted. If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder. 4B.5.1a/4B.5.1b/4B.5.2 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 insurance indicated below: Employers Liability Insurance - 5M GBP Public Liability Insurance - 5M GBP Fidelity Guarantee Insurance/Crime Insurance - 10k GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Contract which were similar in regards to scope, scale, value and duration. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 QUALITY MANAGEMENT PROCEDURES The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 4D.1 HEALTH & SAFETY The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the supplier attachment area in PCS-T (file name \"Contract Notice Additional Information\")",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "The service will be monitored against the Key Performance Indicators detailed within the Service Specification. Note: The list of Key Performance Indicators currently detailed in the Service Specification is not exhaustive and may be subject to variation throughout the duration of any contract awarded.",
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-12-22T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-04-22T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2023-12-22T12:00:00Z"
        },
        "bidOpening": {
            "date": "2023-12-22T12:00:00Z",
            "address": {
                "streetAddress": "Tenders will be opened remotely using the PCS-T Opening Committee feature."
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "If the services are still required and budget is confirmed then a retender may be undertaken."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-52718",
            "name": "Inverclyde Council",
            "identifier": {
                "legalName": "Inverclyde Council"
            },
            "address": {
                "streetAddress": "Procurement, Municipal Buildings, Clyde Square",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 1LX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1475712634",
                "email": "procurement@inverclyde.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.inverclyde.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-36693",
            "name": "Greenock Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House,1 Nelson Street,",
                "locality": "Greenock",
                "postalCode": "PA15 1TR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-104030",
            "name": "Bridgewater Housing Association",
            "identifier": {
                "legalName": "Bridgewater Housing Association"
            },
            "address": {
                "streetAddress": "India of Inchinnan, Greenock Road",
                "locality": "Renfrew",
                "region": "UKM83",
                "postalCode": "PA4 9LH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7739034337"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-52718",
        "name": "Inverclyde Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000750475"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "003303-2024-CP0531/EPP-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-104030",
                    "name": "Bridgewater Housing Association"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "003303-2024-CP0531/EPP-1",
            "awardID": "003303-2024-CP0531/EPP-1",
            "status": "active",
            "value": {
                "amount": 696000,
                "currency": "GBP"
            },
            "dateSigned": "2024-01-29T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}