Notice Information
Notice Title
DGHP Maintenance Services Contract
Notice Description
Dumfries & Galloway Housing Partnership (DGHP) owns and manages over 10,000 residential properties across the Dumfries & Galloway region. DGHP is procuring a single contract for the following core services: provision of responsive repairs to properties, works to void properties, gas servicing & maintenance, maintenance of other heating systems, electrical safety inspections and remedial works and cyclical decorations. Subject to satisfactory performance on core services and Board approval, it is intended that a range of planned elemental investment works will be included in the contract from Year 3, with the appointed contractor working with DGHP in the first two years of the contract to develop a clear planned works programme and plan for potential mobilisation. DGHP may also provide a maintenance service for other housing providers in Dumfries and Galloway during the contract term and this would be included within this contract.
Lot Information
Lot 1
DGHP is looking to appoint a single contractor to undertake the following Core Works and Services: Responsive repairs and maintenance to properties. Repairs & Improvements to void properties. Gas servicing, certification & repairs. Maintenance and repair of other heating systems. Electrical safety inspections and remedial works. Cyclical decorations. Additional Works & Services (subject to performance on core works & services): Planned replacement of building components. It is anticipated that the potential value (excluding VAT and inflation) of the core works & services over a full 15 year term would be 122m GBP. The potential value of the additional works & services (excluding VAT and inflation) over the 13 years is estimated to be 135m GBP. Bidders must be able to demonstrate that they have either a certified quality management process or that they have a bespoke Quality Management System which must be detailed in their response. Bidders must set out how their current supply chain is established and how that would be applied to the requirements of any contract awarded to them.
Renewal: The Contract is extendable by two consecutive periods of five years (up to a maximum term of 15 Years) subject to performance and an assessment of the relative value for money offered by an extension.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000543795
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323906
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50700000 - Repair and maintenance services of building installations
Notice Value(s)
- Tender Value
- £257,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Jul 20187 years ago
- Submission Deadline
- 18 Jul 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Jul 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DUMFRIES & GALLOWAY HOUSING PARTNERSHIP LIMITED
- Contact Name
- Ark Consultancy Limited
- Contact Email
- gmalcolm@arkconsultancy.co.uk
- Contact Phone
- +44 1215153831
Buyer Location
- Locality
- DUMFRIES
- Postcode
- DG1 4ZS
- Post Town
- Dumfries and Galloway
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM92 Dumfries and Galloway
- Delivery Location
- TLM92 Dumfries and Galloway
-
- Local Authority
- Dumfries and Galloway
- Electoral Ward
- Nith
- Westminster Constituency
- Dumfries and Galloway
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN322739
DGHP Maintenance Services Contract - Dumfries & Galloway Housing Partnership (DGHP) owns and manages over 10,000 residential properties across the Dumfries & Galloway region. DGHP is procuring a single contract for the following core services: provision of responsive repairs to properties, works to void properties, gas servicing & maintenance, maintenance of other heating systems, electrical safety inspections and remedial works and cyclical decorations. Subject to satisfactory performance on core services and Board approval, it is intended that a range of planned elemental investment works will be included in the contract from Year 3, with the appointed contractor working with DGHP in the first two years of the contract to develop a clear planned works programme and plan for potential mobilisation. DGHP may also provide a maintenance service for other housing providers in Dumfries and Galloway during the contract term and this would be included within this contract. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323906
DGHP Maintenance Services Contract - Dumfries & Galloway Housing Partnership (DGHP) owns and manages over 10,000 residential properties across the Dumfries & Galloway region. DGHP is procuring a single contract for the following core services: provision of responsive repairs to properties, works to void properties, gas servicing & maintenance, maintenance of other heating systems, electrical safety inspections and remedial works and cyclical decorations. Subject to satisfactory performance on core services and Board approval, it is intended that a range of planned elemental investment works will be included in the contract from Year 3, with the appointed contractor working with DGHP in the first two years of the contract to develop a clear planned works programme and plan for potential mobilisation. DGHP may also provide a maintenance service for other housing providers in Dumfries and Galloway during the contract term and this would be included within this contract.
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-r6ebe6-0000543795-2018-07-02T00:00:00Z",
"date": "2018-07-02T00:00:00Z",
"ocid": "ocds-r6ebe6-0000543795",
"initiationType": "tender",
"parties": [
{
"id": "org-37",
"name": "Dumfries & Galloway Housing Partnership Limited",
"identifier": {
"legalName": "Dumfries & Galloway Housing Partnership Limited"
},
"address": {
"streetAddress": "Grierson House, The Crichton, Bankend Road",
"locality": "Dumfries",
"region": "UKM92",
"postalCode": "DG1 4ZS"
},
"contactPoint": {
"name": "Ark Consultancy Limited",
"email": "gmalcolm@arkconsultancy.co.uk",
"telephone": "+44 1215153831",
"faxNumber": "+44 1215153923",
"url": "https://tendermanagement.launchcontrol-systems.com/register/index/8e9835f7f9"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.dghp.org.uk"
}
},
{
"id": "org-38",
"name": "Ark Consultancy Limited",
"address": {
"streetAddress": "Ark Central, 84 Spencer Street",
"locality": "Birmingham",
"region": "UKG31",
"postalCode": "B18 6DS"
},
"contactPoint": {
"name": "Gordon Malcolm",
"email": "dghpprocurement@arkconsultancy.co.uk",
"telephone": "+44 1215153831",
"url": "https://tendermanagement.launchcontrol-systems.com/register/index/8e9835f7f9"
},
"roles": [
"processContactPoint",
"reviewBody"
]
},
{
"id": "org-81",
"name": "Dumfries & Galloway Housing Partnership Limited",
"identifier": {
"legalName": "Dumfries & Galloway Housing Partnership Limited"
},
"address": {
"streetAddress": "Grierson House, The Crichton, Bankend Road",
"locality": "Dumfries",
"region": "UKM92",
"postalCode": "DG1 4ZS"
},
"contactPoint": {
"name": "Ark Consultancy Limited",
"email": "gmalcolm@arkconsultancy.co.uk",
"telephone": "+44 1215153831",
"faxNumber": "+44 1215153923",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.dghp.org.uk"
}
},
{
"id": "org-82",
"name": "Ark Consultancy Limited",
"identifier": {
"legalName": "Ark Consultancy Limited"
},
"address": {
"streetAddress": "Ark Central, 84 Spencer Street",
"locality": "Birmingham",
"postalCode": "B18 6DS"
},
"contactPoint": {
"telephone": "+44 1215153831",
"url": "http://www.arkconsultancy.co.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Dumfries & Galloway Housing Partnership Limited",
"id": "org-81"
},
"tender": {
"id": "ocds-r6ebe6-0000543795",
"title": "DGHP Maintenance Services Contract",
"description": "Dumfries & Galloway Housing Partnership (DGHP) owns and manages over 10,000 residential properties across the Dumfries & Galloway region. DGHP is procuring a single contract for the following core services: provision of responsive repairs to properties, works to void properties, gas servicing & maintenance, maintenance of other heating systems, electrical safety inspections and remedial works and cyclical decorations. Subject to satisfactory performance on core services and Board approval, it is intended that a range of planned elemental investment works will be included in the contract from Year 3, with the appointed contractor working with DGHP in the first two years of the contract to develop a clear planned works programme and plan for potential mobilisation. DGHP may also provide a maintenance service for other housing providers in Dumfries and Galloway during the contract term and this would be included within this contract.",
"status": "cancelled",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "At properties in the ownership or under the management of DGHP across the Dumfries & Galloway local authority area."
},
"deliveryAddresses": [
{
"region": "UKM92"
},
{
"region": "UKM92"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 257000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://tendermanagement.launchcontrol-systems.com/register/index/8e9835f7f9",
"tenderPeriod": {
"endDate": "2018-07-18T12:00:00Z"
},
"documents": [
{
"id": "JUN322739",
"documentType": "contractNotice",
"title": "DGHP Maintenance Services Contract",
"description": "Dumfries & Galloway Housing Partnership (DGHP) owns and manages over 10,000 residential properties across the Dumfries & Galloway region. DGHP is procuring a single contract for the following core services: provision of responsive repairs to properties, works to void properties, gas servicing & maintenance, maintenance of other heating systems, electrical safety inspections and remedial works and cyclical decorations. Subject to satisfactory performance on core services and Board approval, it is intended that a range of planned elemental investment works will be included in the contract from Year 3, with the appointed contractor working with DGHP in the first two years of the contract to develop a clear planned works programme and plan for potential mobilisation. DGHP may also provide a maintenance service for other housing providers in Dumfries and Galloway during the contract term and this would be included within this contract.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN322739",
"format": "text/html"
},
{
"id": "JUL323906",
"documentType": "awardNotice",
"title": "DGHP Maintenance Services Contract",
"description": "Dumfries & Galloway Housing Partnership (DGHP) owns and manages over 10,000 residential properties across the Dumfries & Galloway region. DGHP is procuring a single contract for the following core services: provision of responsive repairs to properties, works to void properties, gas servicing & maintenance, maintenance of other heating systems, electrical safety inspections and remedial works and cyclical decorations. Subject to satisfactory performance on core services and Board approval, it is intended that a range of planned elemental investment works will be included in the contract from Year 3, with the appointed contractor working with DGHP in the first two years of the contract to develop a clear planned works programme and plan for potential mobilisation. DGHP may also provide a maintenance service for other housing providers in Dumfries and Galloway during the contract term and this would be included within this contract.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323906",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "DGHP is looking to appoint a single contractor to undertake the following Core Works and Services: Responsive repairs and maintenance to properties. Repairs & Improvements to void properties. Gas servicing, certification & repairs. Maintenance and repair of other heating systems. Electrical safety inspections and remedial works. Cyclical decorations. Additional Works & Services (subject to performance on core works & services): Planned replacement of building components. It is anticipated that the potential value (excluding VAT and inflation) of the core works & services over a full 15 year term would be 122m GBP. The potential value of the additional works & services (excluding VAT and inflation) over the 13 years is estimated to be 135m GBP. Bidders must be able to demonstrate that they have either a certified quality management process or that they have a bespoke Quality Management System which must be detailed in their response. Bidders must set out how their current supply chain is established and how that would be applied to the requirements of any contract awarded to them.",
"status": "cancelled",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The Contract is extendable by two consecutive periods of five years (up to a maximum term of 15 Years) subject to performance and an assessment of the relative value for money offered by an extension."
}
}
],
"contractTerms": {
"performanceTerms": "Tenderers will be required to set out within their tender submissions how they will address the expectations of DGHP in respect of the use of local labour and the provision of apprenticeships and training."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2018-08-03T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "At Section 4C.1 of the Selection Questionnaire, bidders are required to provide three examples of relevant experience. All three examples must include responsibility for responsive repairs and voids work. A minimum of two must include experience of the direct delivery of gas servicing and maintenance and a minimum of two must include examples of planned maintenance works, such as cyclical decorations and/or planned elemental component replacements. Bidders must be able to demonstrate through their audited accounts submitted with their completed Selection Questionnaire, that they have achieved a minimum turnover of 35m GBP per annum for each of the last two years or an average turnover of 35m GBP per annum for each of the last two years. In addition, the successful Contractor will be required to demonstrate that the supervisory staff and operatives undertaking servicing, maintenance or repairs to gas and electrical installations are comprehensively trained and certified by the appropriate bodies prior to any works being undertaken."
},
{
"type": "economic",
"description": "The financial standing of Bidders will be assessed using the following tests: 1. Gearing, defined as Total Borrowing (Overdrafts & Loans under 1 year + Loans over 1 year)/Total Assets (Shareholders Funds) Borrowing is considered to be - bank overdraft, bank loans, hire purchase agreements etc Assets are considered to be - Fixed assets & Current Assets (Debtors, Cash at bank & in hand, stock) 2. Liquidity Ratio, defined as Current Assets/Current Liabilities Current Assets considered to be - Debtors & Cash at Bank and in hand,stock etc Current Liabilities are considered to be those amounts falling due within on year. 3. Profitability Profitable in the last 3 financial years, or in 1 of the last 2 and 2 of the preceding 3 (so 3 of 5). 4. Interest Cover. Defined as Interest /Profit before Interest. 5. Unqualified Audit Reports for the last 3 Years. 6. Companywatch Health Profile H Score & Risk Rating (www.companywatch.net). 7. Experian Risk Rating - average risk or better. If your submission is in respect of a subsidiary business then these tests must also be applied to your ultimate Parent Company & a Parent Company Guarantee would be required. If the reporting date of the latest set of audited accounts provided is >12 months old then a set of Management Accounts <3 months old will also be required.",
"minimum": "Pass Criteria are: 1. To assess what is considered a pass for the gearing calculation a 70% rate and below is considered safe. 2. To assess what is considered a pass for the liquidity ratio any company that has a liquidity ratio of more than 1:1 (>1) is considered safe. 3. For profitability a pass requires trading at a profit for the years as defined, in the audited accounts provided. For the purpose of gearing & liquidity tests the latest set of audited accounts should be used. 4. Interest Cover >1. 5. No qualifications on Audit Reports. 6. Companywatch Health Profile H Score >35 and Risk Rating <7. 7. Experian Risk Rating - Average risk or Better."
},
{
"type": "technical",
"description": "Interested Bidders must use the web link provided to access the Selection Questionnaire and Standard Statements. They must then use these documents and the information contained within this OJEU Contract Notice to complete the Selectin Questionnaire in full. Scoring Basis for Selection Questionnaire 2A1 TO 2A13 Personal Information about Bidder Not Scored 2A14 TO 2A15 Information from SME's Only Not Scored 2A16 Applicable to Non UK Businesses Only Not Scored 2A17 Applicable to JV or Consortia Only Not Scored 2B1 TO 2B9 Information about Bidders Representative Not Scored 2C1 Reliance on Capacity of Other Entities Not Scored 2D1 Information on Sub-Contractors Not Scored 3A1 TO 3A6 Grounds relating to criminal convictions Not Scored 3B1 TO 3B8 Grounds relating to payment of Taxes etc Not Scored 3C1 Blacklisting Not Scored 3D1 TO 3D15 Insolvency, Conflicts of Interest & Professional Misconduct Not Scored 4A1 Suitability Not Scored 4B1 TO 4B5 Economic & Financial Standing Not Scored 4C1 Technical & Professional Ability - Relevant Examples Weighting 50% 4C2/4C2.1 Technicians & Technical Bodies Weighting 7.5% 4C3 Technical Facilities and Measures for Ensuring Quality Weighting 15% 4C4 Supply Chain Management Weighting 10% 4C5 Not Used Not Scored 4C6/4C6.1 Educational & Professional Qualifications of Management Staff Weighting 7.5% 4C7 Environmental Management Measures Weighting 5% 4C8.1 Average Annual Manpower Not Scored 4C8.2 Number of Management Staff Not Scored 4C9 Tools, Plant & Technical Equipment Weighting 5% 4C10 Percentage of Sub-Contracted Works Not Scored 4C11 TO 4C12 Not Used Not Scored 4D1 TO 4D2 QA & Environmental Management Standards Not Scored 5.1 TO 5.3 Reduction in the Number of Qualified Candidates Not Scored The basis for scoring submissions is set out below.",
"minimum": "Bidders must achieve a minimum score of 60% from their submission to be considered for shortlisting to tender. The five highest scoring bidders will be selected to tender provided that they have achieved the minimum Selection Questionnaire score threshold of 60%. Score Judgement /Criteria for Assessment of Answer 10 Exceptional. Demonstrates strengths with no weaknesses or omissions and exceeds expectations in some or all respects 8 Good. The standard of response fully meets expectations. 6 Satisfactory. The response is acceptable but with some minor reservations. 4 Fair. The response is satisfactory with minor reservations but does not fully address all question elements. 2 Poor. The response is deficient in certain areas where the details of relevant evidence require the reviewer to make assumptions. 0 Rejected. Response is unacceptable or non-existent, or there is a failure to properly address any issue. Question responses will be scored on this basis and weightings will then be applied."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "50700000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 117-264937"
}
],
"description": "Bidders must use the web link provided in this Notice to access the Selection Questionnaire and Standard Statements. Bidders must complete the Selection Questionnaire, using the information provided in this Notice and the Standard Statements as guidance. Bidders are advised that Questions 4C.5, 4C.11 and 4C.12 have been omitted form the Questionnaire as they are not relevant to this procurement. Bidders must indicate at 4B.5.1 that they can commit to providing insurance cover at the following levels prior to the commencement of the contract: Employers Liability Insurance cover in the sum of 10m GBP Public Liability Insurance cover in the sum of 10m GBP Professional Indemnity Insurance cover in the sum of 5m GBP (SC Ref:548715)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000543795"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000543795"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "N/a",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
]
}