Notice Information
Notice Title
Partick Housing Association Planned Maintenance 2017 - 2020
Notice Description
Partick Housing Association is seeking to appoint between 1 and 4 four contractors to their framework agreement for Planned Maintenance Works. The main works to be carried out within the framework are replacement kitchens, bathrooms, windows and gas central heating installations. Further works may be included within the framework dependent on the results of an ongoing stock condition survey.
Lot Information
Kitchen replacement
It is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractors for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. Alternatively the Employer may choose after the first year of the framework to allow mini tendering for subsequent years. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. It is the Association's preference that works are not subcontracted.. 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.
Options: The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey.
Renewal: Additional one year extension to the framework.
Bathrooms ReplacementsIt is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractor's for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. It is the Association's preference that works are not subcontracted.. 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.
Options: The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey.
Renewal: Additional one year extension to the framework.
Window ReplacementsIt is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractor's for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. It is the Association's preference that works are not subcontracted.. 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.
Options: The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey.
Renewal: Additional one year extension to the framework.
Gas Central Heating and Boiler ReplacementsIt is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractor's for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. The gas heating and boiler replacement installation works are not to be subcontracted.. 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.
Options: The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey.
Renewal: Additional one year extension to the framework.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000503509
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN343090
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
39141400 - Fitted kitchens
39144000 - Bathroom furniture
44221100 - Windows
44620000 - Central-heating radiators and boilers and parts
45211310 - Bathrooms construction work
45232141 - Heating works
45331100 - Central-heating installation work
45421132 - Installation of windows
45421151 - Installation of fitted kitchens
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £6,000,000 £1M-£10M
- Lots Value
- £3,315,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Jan 20197 years ago
- Submission Deadline
- 14 Aug 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Feb 20188 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PATICK HOUSING ASSOCIATION LTD
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- GLASGOW
- Postcode
- G11 5QP
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM34 North Lanarkshire, TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Partick East/Kelvindale
- Westminster Constituency
- Glasgow West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL289472&idx=4
12th September 2017 - PCIP Appendix D - Site Photographs -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL289472&idx=3
12th September 2017 - Pre-Construction Information Package -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL289472&idx=1
14th July 2017 - Draft Invitation to Tender document (exclusive of Measured Section) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL289472&idx=2
14th July 2017 - Partick Housing Association: Framework Agreement for Planned Maintenance -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL289472
Partick Housing Association Planned Maintenance 2017 - 2020 - Partick Housing Association is seeking to appoint between 1 and 4 four contractors to their framework agreement for Planned Maintenance Works. The main works to be carried out within the framework are replacement kitchens, bathrooms, windows and gas central heating installations. Further works may be included within the framework dependent on the results of an ongoing stock condition survey. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN343090
Partick Housing Association Planned Maintenance 2017 - 2020 - Partick Housing Association is seeking to appoint between 1 and 4 four contractors to their framework agreement for Planned Maintenance Works. The main works to be carried out within the framework are replacement kitchens, bathrooms, windows and gas central heating installations. Further works may be included within the framework dependent on the results of an ongoing stock condition survey.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000503509-2019-01-23T00:00:00Z",
"date": "2019-01-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000503509",
"initiationType": "tender",
"parties": [
{
"id": "org-61",
"name": "Patick Housing Association Ltd",
"identifier": {
"legalName": "Patick Housing Association Ltd"
},
"address": {
"streetAddress": "10 Mansfield Street",
"locality": "Glasgow",
"region": "UKM34",
"postalCode": "G11 5QP"
},
"contactPoint": {
"email": "info@ewing-somerville.com",
"telephone": "+44 1413573773",
"url": "http://www.publiccontractscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.partickha.org.uk"
}
},
{
"id": "org-62",
"name": "Ewing Somerville Partnership Ltd",
"address": {
"streetAddress": "40 Speirs Wharf",
"locality": "GLASGOW",
"region": "UKM34",
"postalCode": "G4 9TH"
},
"contactPoint": {
"name": "Geraldine McCann",
"email": "info@ewing-somerville.com",
"url": "http://www.publiccontractscotland.gov.uk"
},
"roles": [
"processContactPoint"
]
},
{
"id": "org-63",
"name": "Partick Housing Association",
"identifier": {
"legalName": "Partick Housing Association"
},
"address": {
"streetAddress": "10 Mansfield Street",
"locality": "Glasgow",
"postalCode": "G11 5QP"
},
"contactPoint": {
"url": "http://www.ewing-somerville.com"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-149",
"name": "Patick Housing Association Ltd",
"identifier": {
"legalName": "Patick Housing Association Ltd"
},
"address": {
"streetAddress": "10 Mansfield Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G11 5QP"
},
"contactPoint": {
"email": "gkent@partickha.org.uk",
"telephone": "+44 1413573773",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.partickha.org.uk"
}
},
{
"id": "org-150",
"name": "Turner Property Services Ltd",
"identifier": {
"legalName": "Turner Property Services Ltd"
},
"address": {
"streetAddress": "65 Craigton Road",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G51 3EQ"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-151",
"name": "MCN (Scotland) Ltd",
"identifier": {
"legalName": "MCN (Scotland) Ltd"
},
"address": {
"streetAddress": "13 Lady Jane Gate",
"locality": "Bothwell",
"region": "UK",
"postalCode": "G71 8BW"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-152",
"name": "Mears Group",
"identifier": {
"legalName": "Mears Group"
},
"address": {
"streetAddress": "Mears Scotland Office, 224 West George Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 2 PQ"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-153",
"name": "Partick Housing Association",
"identifier": {
"legalName": "Partick Housing Association"
},
"address": {
"streetAddress": "10 Mansfield Street",
"locality": "Glasgow",
"postalCode": "G11 5QP"
},
"contactPoint": {
"url": "http://www.partickha.org.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Patick Housing Association Ltd",
"id": "org-149"
},
"tender": {
"id": "ESP 3948",
"title": "Partick Housing Association Planned Maintenance 2017 - 2020",
"description": "Partick Housing Association is seeking to appoint between 1 and 4 four contractors to their framework agreement for Planned Maintenance Works. The main works to be carried out within the framework are replacement kitchens, bathrooms, windows and gas central heating installations. Further works may be included within the framework dependent on the results of an ongoing stock condition survey.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "39141400",
"scheme": "CPV"
},
{
"id": "45421151",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Partick district of Glasgow."
},
"deliveryAddresses": [
{
"region": "UKM34"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "39144000",
"scheme": "CPV"
},
{
"id": "45211310",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Partick district of Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM34"
},
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "44221100",
"scheme": "CPV"
},
{
"id": "45421132",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Partick district of Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM34"
},
{
"region": "UKM82"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "45232141",
"scheme": "CPV"
},
{
"id": "45331100",
"scheme": "CPV"
},
{
"id": "44620000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Partick district of Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM34"
},
{
"region": "UKM82"
}
],
"relatedLot": "4"
}
],
"value": {
"amount": 6000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-08-14T12:00:00Z"
},
"documents": [
{
"id": "JUL289472",
"documentType": "contractNotice",
"title": "Partick Housing Association Planned Maintenance 2017 - 2020",
"description": "Partick Housing Association is seeking to appoint between 1 and 4 four contractors to their framework agreement for Planned Maintenance Works. The main works to be carried out within the framework are replacement kitchens, bathrooms, windows and gas central heating installations. Further works may be included within the framework dependent on the results of an ongoing stock condition survey.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL289472",
"format": "text/html"
},
{
"id": "JUL289472-1",
"title": "Draft Invitation to Tender document (exclusive of Measured Section)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL289472&idx=1",
"datePublished": "2017-07-14T11:05:17Z",
"dateModified": "2017-07-14T11:05:17Z",
"format": "application/msword"
},
{
"id": "JUL289472-2",
"title": "Partick Housing Association: Framework Agreement for Planned Maintenance",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL289472&idx=2",
"datePublished": "2017-07-14T11:05:17Z",
"dateModified": "2017-07-14T11:05:17Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUL289472-3",
"title": "Pre-Construction Information Package",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL289472&idx=3",
"datePublished": "2017-09-12T16:12:36Z",
"dateModified": "2017-09-12T16:12:36Z",
"format": "application/pdf"
},
{
"id": "JUL289472-4",
"title": "PCIP Appendix D - Site Photographs",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL289472&idx=4",
"datePublished": "2017-09-12T16:28:05Z",
"dateModified": "2017-09-12T16:28:05Z",
"format": "application/x-zip-compressed"
},
{
"id": "JAN343090",
"documentType": "awardNotice",
"title": "Partick Housing Association Planned Maintenance 2017 - 2020",
"description": "Partick Housing Association is seeking to appoint between 1 and 4 four contractors to their framework agreement for Planned Maintenance Works. The main works to be carried out within the framework are replacement kitchens, bathrooms, windows and gas central heating installations. Further works may be included within the framework dependent on the results of an ongoing stock condition survey.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN343090",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Kitchen replacement",
"description": "It is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractors for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. Alternatively the Employer may choose after the first year of the framework to allow mini tendering for subsequent years. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. It is the Association's preference that works are not subcontracted.. 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.",
"status": "complete",
"value": {
"amount": 225000,
"currency": "GBP"
},
"options": {
"description": "The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey."
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 10
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restrictive Procedure. All queries about this procurement must be made via the Portal question and answer facility. The process we will apply will be: Statements including the specific requirements can be found within Section III of the Contract Notice. Bidders must pass the minimum standards sections of the ESPD (Scotland). Part III and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capability but may lack in some aspects of similarity eg. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar Clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients. The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland). Question 4C.1: 60%, 4C.4: 10%, 4C.6: 10%, 4C.6.1: 10%, 4C.9: 5%, 4C.10: 5%."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Additional one year extension to the framework."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60%"
},
{
"type": "price",
"description": "40%"
}
]
}
},
{
"id": "2",
"title": "Bathrooms Replacements",
"description": "It is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractor's for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. It is the Association's preference that works are not subcontracted.. 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.",
"status": "complete",
"value": {
"amount": 190000,
"currency": "GBP"
},
"options": {
"description": "The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey."
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 10
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restrictive Procedure. All queries about this procurement must be made via the Portal question and answer facility. The process we will apply will be: Statements including the specific requirements can be found within Section III of the Contract Notice. Bidders must pass the minimum standards sections of the ESPD (Scotland). Part III and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capability but may lack in some aspects of similarity eg. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar Clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients. The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland). Question 4C.1: 60%, 4C.4: 10%, 4C.6: 10%, 4C.6.1: 10%, 4C.9: 5%, 4C.10: 5%."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Additional one year extension to the framework."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60%"
},
{
"type": "price",
"description": "40%"
}
]
}
},
{
"id": "3",
"title": "Window Replacements",
"description": "It is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractor's for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. It is the Association's preference that works are not subcontracted.. 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.",
"status": "complete",
"value": {
"amount": 1700000,
"currency": "GBP"
},
"options": {
"description": "The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey."
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 10
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restrictive Procedure. All queries about this procurement must be made via the Portal question and answer facility. The process we will apply will be: Statements including the specific requirements can be found within Section III of the Contract Notice. Bidders must pass the minimum standards sections of the ESPD (Scotland). Part III and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capability but may lack in some aspects of similarity eg. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar Clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients. The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland). Question 4C.1: 60%, 4C.4: 10%, 4C.6: 10%, 4C.6.1: 10%, 4C.9: 5%, 4C.10: 5%. A minimum of the five highest scoring Bidders will be selected to be invited to submit a tender."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Additional one year extension to the framework."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60%"
},
{
"type": "price",
"description": "40%"
}
]
}
},
{
"id": "4",
"title": "Gas Central Heating and Boiler Replacements",
"description": "It is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractor's for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. The gas heating and boiler replacement installation works are not to be subcontracted.. 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.",
"status": "complete",
"value": {
"amount": 1200000,
"currency": "GBP"
},
"options": {
"description": "The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey."
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 10
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restrictive Procedure. All queries about this procurement must be made via the Portal question and answer facility. The process we will apply will be: Statements including the specific requirements can be found within Section III of the Contract Notice. Bidders must pass the minimum standards sections of the ESPD (Scotland). Part III and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capability but may lack in some aspects of similarity eg. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar Clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients. The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland). Question 4C.1: 60%, 4C.4: 10%, 4C.6: 10%, 4C.6.1: 10%, 4C.9: 5%, 4C.10: 5%."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Additional one year extension to the framework."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60%"
},
{
"type": "price",
"description": "40%"
}
]
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-08-28T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders applying for lot 4 Gas Heating Installations will required to confirm that they are Gas Safe Registered and their directly employed operatives have the relevant Gas Safe Certification to carry put gas heating installations including boiler installations to domestic properties."
},
{
"type": "economic",
"description": "Refer to information provided in response to minimum level(s) of standards required.",
"minimum": "Please refer to this section when completing section 4B of the ESPD (Scotland): Question Reference 4B.1.2: Bidders bidding only for Lot 1 will require to have an average yearly turnover of 450,000.00 GBP for the last 3 years. Bidders bidding only for Lot 2 will require to have an average yearly turnover of 380,000.00 GBP in the last 3 years. Bidders bidding only for Lot 3 will require to have an average yearly turnover of 3,000,000.00 GBP in the last 3 year. Bidders bidding only for Lot 4 will require to have an average yearly turnover of 2,000,000.00 GBP in the last 3 years. Bidders applying for all or any combination of Lots will require to add the turnover amounts for each Lot they are applying for and compare against their annual turnover and confirm their annual turnover is sufficient to meet the requirements of each Lot AND the overall turnover amount. As evidence for this annual accounts will be requested from the bidder. Question Reference 4B.3: Where turnover information is not available for the period requested, the bidder will be required to state the date which they were setup or started trading. Question Reference 4B.4: Bidders must demonstrate a return on capital employed at a ratio of greater than zero. Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities). Bidders must demonstrate a Current Ratio of greater than 1. Current Ratio will be calculated as follows: new current assets divided by net current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. Question Reference 4B.5.1: 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 (Compulsory)Liability Insurance - 10m GBP Public Liability Insurance - 10m GBP Question Reference 4B.5.2: Professional Indemnity Insurance - 10m GBP"
},
{
"type": "technical",
"description": "Refer to information provided at Minimum Level(s) of standards required below.",
"minimum": "In response to Question 4C.1: bidders will be required to provide 4 examples of contracts which demonstrate the contractor's ability to perform contracts of the scope, size and nature similar to the Works as described in part II.2.4 of this Site Notice and draft tender documents provided with this Notice. The example contracts must have been worked on in the last five years and demonstrate the relevant experience to deliver the works. The example projects must therefore be within an occupied housing environment and the Bidder must have been appointed as the Main Contractor. For the gas central heating installation works the gas engineers must be directly employed operatives. The example contracts must be substantially complete. In response to 4C.4: Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in this Contract Notice and the draft tender documents attached. In response to 4C.6: Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications; Membership of NICEIC or SELECT. Contractors may be required to apply for building warrant applications for electrical installation works. Bidders for the gas heating installation works must have membership of Gas Safe relevant for working in domestic gas installations. The gas heating installation works are not to be sub contracted. In response to 4C.6.1 Bidders will be required to confirm that all supervisors must be trade qualified and have the same level of qualifications as set out for the site operatives as listed above, in addition supervisors to hold supervisory qualifications such as SSSTS or equivalent. All supervisors/operatives must have current UKATA asbestos awareness training. In response to 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 of this Site Notice and in the draft ITT documents provided with the Notice. In response to 4C.10 the gas servicing works must not be sub contracted. For other trades directly employed operatives are preferred. In response to 4D.1 (1.1 and 1.2) - Quality Assurance Schemes and Environmental Management Standards - The bidder must hold a UKAS(or equivalent)accredited independent third party certificate of compliance in accordance with BS EN ISO9001(or equivalent), AND 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. If no certification is available specify which other means of proof concerning the quality assurance schemes can be provided and provide this information. 4D.2 (2.1 and 2.2) The bidder must hold a UKAS (or equivalent)accredited independent third party certificate of compliance with BS EN ISO 14001(or equivalent)or a valid EMAS(or equivalent)certificate. If no certification is available specify which other means of proof concerning the quality assurance schemes can be provided and provide this information. If the Bidder cannot fulfill all of the above requirements they should not complete the ESPD or ITT documentation. Unsatisfactory responses to Section D will result in a failure score."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4
}
},
"classification": {
"id": "50000000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The full award criteria ratios, questions, weightings and scoring regime are published in the draft ITT document. At Question reference 2.C.1: Bidders are required to complete this question and provide an ESPD from the relevant sub contractor(s) if applicable to their Bid. The Portal will close to questions seven days prior to the date for return of ESPDs. (SC Ref:571038)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000503509"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000503509"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ESP 3948-1",
"title": "Window Replacements",
"suppliers": [
{
"id": "org-150",
"name": "Turner Property Services Ltd"
}
],
"relatedLots": [
"3"
]
},
{
"id": "ESP 3948-2",
"title": "Kitchen replacement",
"suppliers": [
{
"id": "org-151",
"name": "MCN (Scotland) Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "ESP 3948-3",
"title": "Bathrooms Replacements",
"suppliers": [
{
"id": "org-151",
"name": "MCN (Scotland) Ltd"
}
],
"relatedLots": [
"2"
]
},
{
"id": "ESP 3948-4",
"title": "Gas Central Heating and Boiler Replacements",
"suppliers": [
{
"id": "org-152",
"name": "Mears Group"
}
],
"relatedLots": [
"4"
]
}
],
"contracts": [
{
"id": "ESP 3948-1",
"awardID": "ESP 3948-1",
"title": "Window Replacements",
"status": "active",
"dateSigned": "2018-02-05T00:00:00Z"
},
{
"id": "ESP 3948-2",
"awardID": "ESP 3948-2",
"title": "Kitchen replacement",
"status": "active",
"dateSigned": "2018-02-05T00:00:00Z"
},
{
"id": "ESP 3948-3",
"awardID": "ESP 3948-3",
"title": "Bathrooms Replacements",
"status": "active",
"dateSigned": "2018-02-05T00:00:00Z"
},
{
"id": "ESP 3948-4",
"awardID": "ESP 3948-4",
"title": "Gas Central Heating and Boiler Replacements",
"status": "active",
"dateSigned": "2018-02-05T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 132-269410"
}
],
"bids": {
"statistics": [
{
"id": "258",
"measure": "lowestValidBidValue",
"value": 150108
},
{
"id": "259",
"measure": "highestValidBidValue",
"value": 208488
},
{
"id": "260",
"measure": "bids",
"value": 4,
"relatedLot": "3"
},
{
"id": "261",
"measure": "lowestValidBidValue",
"value": 1494829,
"relatedLot": "3"
},
{
"id": "262",
"measure": "highestValidBidValue",
"value": 1920384.9,
"relatedLot": "3"
},
{
"id": "263",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "264",
"measure": "lowestValidBidValue",
"value": 188034,
"relatedLot": "1"
},
{
"id": "265",
"measure": "highestValidBidValue",
"value": 342063.48,
"relatedLot": "1"
},
{
"id": "266",
"measure": "bids",
"value": 5,
"relatedLot": "2"
},
{
"id": "267",
"measure": "lowestValidBidValue",
"value": 150108,
"relatedLot": "2"
},
{
"id": "268",
"measure": "highestValidBidValue",
"value": 208488,
"relatedLot": "2"
},
{
"id": "269",
"measure": "bids",
"value": 7,
"relatedLot": "4"
},
{
"id": "270",
"measure": "lowestValidBidValue",
"value": 804796.46,
"relatedLot": "4"
},
{
"id": "271",
"measure": "highestValidBidValue",
"value": 1471412.71,
"relatedLot": "4"
}
]
}
}