Notice Information
Notice Title
Glen Oaks HA: Common Water Storage Tank Maintenance 2020-21
Notice Description
The provision of a term maintenance contract for the inspection and reporting on hazards/ risks arising from the condition of existing common/ water storage tanks in occupied properties and associated attics and planned/ consequential maintenance works including: discharging the duties under the Legionella Regulations and Approved Code of Practice L8 (Legionnaires' disease- the control of Legionella bacteria in water systems); all works to facilitate adequate and safe access to the existing water tanks for inspection and maintenance; provide all the required (initial, six monthly and annual) inspections and maintenance in each property and Legionella Risk assessment review for the duration of the contract; provide the appropriate records (including risk assessments, method statements, calibration, testing, disinfection and commissioning certificates); and where instructed/ ordered by the Employer undertake all remedial and/ or provisionally rated works identified in the inspections and risk assessment(s) in the Employer's properties in Arden, Darnley and North Pollok, Glasgow G46 & G53 as detailed in Schedule 1 which is the Contract Area. Ordering remedial works is provisional/ optional, at the Employer's discretion.
Lot Information
Lot 1
The tender documents comprise the ESPD document [minimum selection standards]; the Specification of Works [contract & tender pricing document] including attachments; and the Tender Quality Method Statement [TQMS]. The tender evaluation will comprise the ESPD, your quality score for the TQMS; and the Contract Sum stated on the Form of Tender. The submitted ESPD will assess the selection criteria as a pass or fail to identify contractors who pass by meeting the criteria. Only those contractors who achieve an ESPD pass will have their tender quality and cost considered/ evaluated. The criteria for scoring will be to reach a total percentage score as follows: Price (tender)- deducting 1% from 100 for every percentage point each tender is in excess of the lowest tender, prior to weighting. Quality- out of 100 for your TQMS submission, ranked in relation to the other candidates. The candidates will be scored relative to each other (best answer scoring highest), based on the Employer's individual aspirations/ requirements and the information provided by the candidate(s).. Candidates must refer to the instructions at pages 5-11 of the Specification of Works.
Renewal: Approximately 76 properties per annum. The contract period is to 31st March 2021, with options to extend the contract solely at the Employer's discretion on an annual basis thereafter to 31st March 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000624780
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT396783
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
50 - Repair and maintenance services
-
- CPV Codes
44611500 - Water tanks
50700000 - Repair and maintenance services of building installations
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Oct 20205 years ago
- Submission Deadline
- 3 Aug 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Oct 20205 years ago
- Contract Period
- 1 Oct 2020 - 31 Mar 2021 6-12 months
- 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
- GLEN OAKS HOUSING ASSOCIATION
- Contact Name
- Donald Weir
- Contact Email
- donald.weir@glenoaks.org.uk, go@glenoaks.org.uk
- Contact Phone
- +44 1416380999
Buyer Location
- Locality
- GLASGOW
- Postcode
- G46 8BW
- 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
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Newlands/Auldburn
- Westminster Constituency
- Glasgow South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL389543&idx=2
2nd July 2020 - Form of Tender -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL389543&idx=3
2nd July 2020 - Schedule 1: Addresses -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL389543&idx=4
2nd July 2020 - Specification of Works -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL389543&idx=5
2nd July 2020 - Tender Pricing Schedule 2 -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL389543
Glen Oaks HA: Common Water Storage Tank Maintenance 2020-21 - The provision of a term maintenance contract for the inspection and reporting on hazards/ risks arising from the condition of existing common/ water storage tanks in occupied properties and associated attics and planned/ consequential maintenance works including: discharging the duties under the Legionella Regulations and Approved Code of Practice L8 (Legionnaires' disease- the control of Legionella bacteria in water systems); all works to facilitate adequate and safe access to the existing water tanks for inspection and maintenance; provide all the required (initial, six monthly and annual) inspections and maintenance in each property and Legionella Risk assessment review for the duration of the contract; provide the appropriate records (including risk assessments, method statements, calibration, testing, disinfection and commissioning certificates); and where instructed/ ordered by the Employer undertake all remedial and/ or provisionally rated works identified in the inspections and risk assessment(s) in the Employer's properties in Arden, Darnley and North Pollok, Glasgow G46 & G53 as detailed in Schedule 1 which is the Contract Area. Ordering remedial works is provisional/ optional, at the Employer's discretion. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT396783
Glen Oaks HA: Common Water Storage Tank Maintenance 2020-21 - The provision of a term maintenance contract for the inspection and reporting on hazards/ risks arising from the condition of existing common/ water storage tanks in occupied properties and associated attics and planned/ consequential maintenance works including: discharging the duties under the Legionella Regulations and Approved Code of Practice L8 (Legionnaires' disease- the control of Legionella bacteria in water systems); all works to facilitate adequate and safe access to the existing water tanks for inspection and maintenance; provide all the required (initial, six monthly and annual) inspections and maintenance in each property and Legionella Risk assessment review for the duration of the contract; provide the appropriate records (including risk assessments, method statements, calibration, testing, disinfection and commissioning certificates); and where instructed/ ordered by the Employer undertake all remedial and/ or provisionally rated works identified in the inspections and risk assessment(s) in the Employer's properties in Arden, Darnley and North Pollok, Glasgow G46 & G53 as detailed in Schedule 1 which is the Contract Area. Ordering remedial works is provisional/ optional, at the Employer's discretion.
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-r6ebe6-0000624780-2020-10-09T00:00:00Z",
"date": "2020-10-09T00:00:00Z",
"ocid": "ocds-r6ebe6-0000624780",
"initiationType": "tender",
"parties": [
{
"id": "org-18",
"name": "Glen Oaks Housing Association",
"identifier": {
"legalName": "Glen Oaks Housing Association"
},
"address": {
"streetAddress": "3 Kilmuir Drive, Arden",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G46 8BW"
},
"contactPoint": {
"name": "Donald Weir",
"email": "donald.weir@glenoaks.org.uk",
"telephone": "+44 1416380999",
"faxNumber": "+44 1416385999",
"url": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13863"
},
"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.glenoaks.org.uk"
}
},
{
"id": "org-16",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-318",
"name": "Glen Oaks Housing Association",
"identifier": {
"legalName": "Glen Oaks Housing Association"
},
"address": {
"streetAddress": "3 Kilmuir Drive, Arden",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G46 8BW"
},
"contactPoint": {
"name": "Donald Weir",
"email": "go@glenoaks.org.uk",
"telephone": "+44 1416380999",
"faxNumber": "+44 1416385999",
"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.glenoaks.org.uk"
}
},
{
"id": "org-319",
"name": "Clearwater Technology Ltd",
"identifier": {
"legalName": "Clearwater Technology Ltd"
},
"address": {
"streetAddress": "Ground Floor, Building 1, Archipelago, Lyon Way",
"locality": "Frimley",
"region": "UKM",
"postalCode": "GU16 7ER"
},
"contactPoint": {
"telephone": "+44 1527875700"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-3",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glen Oaks Housing Association",
"id": "org-318"
},
"tender": {
"id": "6239",
"title": "Glen Oaks HA: Common Water Storage Tank Maintenance 2020-21",
"description": "The provision of a term maintenance contract for the inspection and reporting on hazards/ risks arising from the condition of existing common/ water storage tanks in occupied properties and associated attics and planned/ consequential maintenance works including: discharging the duties under the Legionella Regulations and Approved Code of Practice L8 (Legionnaires' disease- the control of Legionella bacteria in water systems); all works to facilitate adequate and safe access to the existing water tanks for inspection and maintenance; provide all the required (initial, six monthly and annual) inspections and maintenance in each property and Legionella Risk assessment review for the duration of the contract; provide the appropriate records (including risk assessments, method statements, calibration, testing, disinfection and commissioning certificates); and where instructed/ ordered by the Employer undertake all remedial and/ or provisionally rated works identified in the inspections and risk assessment(s) in the Employer's properties in Arden, Darnley and North Pollok, Glasgow G46 & G53 as detailed in Schedule 1 which is the Contract Area. Ordering remedial works is provisional/ optional, at the Employer's discretion.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "44611500",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "G46 and G53 Postal Areas"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2020-08-03T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-08-04T14:00:00Z"
},
"documents": [
{
"id": "JUL389543",
"documentType": "contractNotice",
"title": "Glen Oaks HA: Common Water Storage Tank Maintenance 2020-21",
"description": "The provision of a term maintenance contract for the inspection and reporting on hazards/ risks arising from the condition of existing common/ water storage tanks in occupied properties and associated attics and planned/ consequential maintenance works including: discharging the duties under the Legionella Regulations and Approved Code of Practice L8 (Legionnaires' disease- the control of Legionella bacteria in water systems); all works to facilitate adequate and safe access to the existing water tanks for inspection and maintenance; provide all the required (initial, six monthly and annual) inspections and maintenance in each property and Legionella Risk assessment review for the duration of the contract; provide the appropriate records (including risk assessments, method statements, calibration, testing, disinfection and commissioning certificates); and where instructed/ ordered by the Employer undertake all remedial and/ or provisionally rated works identified in the inspections and risk assessment(s) in the Employer's properties in Arden, Darnley and North Pollok, Glasgow G46 & G53 as detailed in Schedule 1 which is the Contract Area. Ordering remedial works is provisional/ optional, at the Employer's discretion.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL389543",
"format": "text/html"
},
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
},
{
"id": "JUL389543-1",
"title": "ESPD",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL389543&idx=1",
"datePublished": "2020-07-02T14:59:03Z",
"dateModified": "2020-07-02T14:59:03Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUL389543-2",
"title": "Form of Tender",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL389543&idx=2",
"datePublished": "2020-07-02T14:59:03Z",
"dateModified": "2020-07-02T14:59:03Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUL389543-3",
"title": "Schedule 1: Addresses",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL389543&idx=3",
"datePublished": "2020-07-02T14:59:03Z",
"dateModified": "2020-07-02T14:59:03Z",
"format": "application/pdf"
},
{
"id": "JUL389543-4",
"title": "Specification of Works",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL389543&idx=4",
"datePublished": "2020-07-02T14:59:03Z",
"dateModified": "2020-07-02T14:59:03Z",
"format": "application/pdf"
},
{
"id": "JUL389543-5",
"title": "Tender Pricing Schedule 2",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL389543&idx=5",
"datePublished": "2020-07-02T14:59:03Z",
"dateModified": "2020-07-02T14:59:03Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUL389543-6",
"title": "TQMS",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL389543&idx=6",
"datePublished": "2020-07-02T14:59:03Z",
"dateModified": "2020-07-02T14:59:03Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "OCT396783",
"documentType": "awardNotice",
"title": "Glen Oaks HA: Common Water Storage Tank Maintenance 2020-21",
"description": "The provision of a term maintenance contract for the inspection and reporting on hazards/ risks arising from the condition of existing common/ water storage tanks in occupied properties and associated attics and planned/ consequential maintenance works including: discharging the duties under the Legionella Regulations and Approved Code of Practice L8 (Legionnaires' disease- the control of Legionella bacteria in water systems); all works to facilitate adequate and safe access to the existing water tanks for inspection and maintenance; provide all the required (initial, six monthly and annual) inspections and maintenance in each property and Legionella Risk assessment review for the duration of the contract; provide the appropriate records (including risk assessments, method statements, calibration, testing, disinfection and commissioning certificates); and where instructed/ ordered by the Employer undertake all remedial and/ or provisionally rated works identified in the inspections and risk assessment(s) in the Employer's properties in Arden, Darnley and North Pollok, Glasgow G46 & G53 as detailed in Schedule 1 which is the Contract Area. Ordering remedial works is provisional/ optional, at the Employer's discretion.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT396783",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The tender documents comprise the ESPD document [minimum selection standards]; the Specification of Works [contract & tender pricing document] including attachments; and the Tender Quality Method Statement [TQMS]. The tender evaluation will comprise the ESPD, your quality score for the TQMS; and the Contract Sum stated on the Form of Tender. The submitted ESPD will assess the selection criteria as a pass or fail to identify contractors who pass by meeting the criteria. Only those contractors who achieve an ESPD pass will have their tender quality and cost considered/ evaluated. The criteria for scoring will be to reach a total percentage score as follows: Price (tender)- deducting 1% from 100 for every percentage point each tender is in excess of the lowest tender, prior to weighting. Quality- out of 100 for your TQMS submission, ranked in relation to the other candidates. The candidates will be scored relative to each other (best answer scoring highest), based on the Employer's individual aspirations/ requirements and the information provided by the candidate(s).. Candidates must refer to the instructions at pages 5-11 of the Specification of Works.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2020-10-01T00:00:00Z",
"endDate": "2021-03-31T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "Approximately 76 properties per annum. The contract period is to 31st March 2021, with options to extend the contract solely at the Employer's discretion on an annual basis thereafter to 31st March 2025."
}
}
],
"bidOpening": {
"date": "2020-08-04T14:00:00Z",
"address": {
"streetAddress": "Glen Oaks HA Offices at 3 Kilmuir Drive, Glasgow G46 8BW"
},
"description": "Staff and Board Members in accordance with HA procedures with option for remote tender opening in accordance with Scottish Government Covid-19 restrictions."
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Candidates must refer to the instructions at pages 5-11 of the Specification of Works."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The following selection criteria must be confirmed in the ESPD at the reference stated in [brackets] to achieve a Pass. Failure will result in exclusion from the tender process: [2A.2&3] confirm company registration and VAT registration numbers, where applicable; [4A.1] The candidate company and/ or Water Quality Risk Assessors and Water Hygiene Engineers shall be registered members of the Legionella Control Association (LCA) and all risk assessments carried out by City & Guilds trained Risk Assessors; [4C.6] All operatives must be UKATA [or equal] asbestos awareness trained; [4D.1]Your company must be [or agree to do so prior to contract] accredited with UKAS for compliance in accordance with ISO 9001 or BS OHSAS 18001 or 45001 or have successfully met the assessment requirements of a construction-related scheme with registered membership of Safety Schemes in Procurement (SSIP); [4B.6] Candidates must agree to provide financial accounts on request and consent to additional financial background credit checks by the Employer. Checks include an assessment of your annual turnover, profit and accounts over the last 3 financial years, supplemented by enquiries through credit reference agencies [Dunn & Bradstreet] to confirm your company is not at a higher than average risk of business failure; [4B1.1] An annual average turnover more than GBP75,000.00 over each of the past 3 years and [4B.6] annual net profit greater than zero in each of the past 3 years or in the case of profit a statement in mitigation and agreement to enquiries through credit reference agencies [Dunn & Bradstreet]; [4B.5] The minimum Insurance requirements, relevant to this contract, which the candidate holds [or confirms will be placed prior to date of contract] are GBP5m cover for Public liability; and GBP10m cover for Employer's liability; [2D.1] It is the Employer's preference that All inspection, testing and maintenance works are not sub-contracted, unless effective [direct or collateral] contractual arrangements are made, solely at the contractor's cost, for warranties/ guarantees prior to entering into this Contract; [4C.1.2] Contractors must include evidence of experience, directly or by in-house team(s), of completion of as many similar water tank/ legionella term maintenance contracts as practicable in the past 3 years, preferably for RSL's. The threshold for experience is similar scope, property types, quantity and value of works for a minimum of two completed term contracts and evidence for inspection and reporting on hazards/ risks arising from the condition of existing water tanks, which are a pre-requisite of this contract; [4C.1.2] The Employer must be permitted to obtain references from any of the candidate's clients, whether listed or not, to evidence that the quality of service stated by the Candidate has been previously provided to the Employer and/ or others; [4C.9] Operation of a management database system which includes: electronic communication; electronic documentation and certification issue; financial/ payment applications in a format to facilitate component accounting; record photographs; reports on no-access, progress/ completion; measurement/ reporting of KPIs; and providing bespoke reports in .xlsx or .csv format as agreed with the Employer; [4D.1 & 4C.2] Operation of a Quality Management system to ensure there is a single, clearly identified local point of contact/ quality controller and that quality is managed effectively."
},
{
"type": "technical",
"description": "Execution of the service is reserved to a particular profession"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "50700000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Candidates must refer to the instructions at pages 5-11 of the Specification of Works. (SC Ref:633051)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000624780"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000624780"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "6239-1",
"suppliers": [
{
"id": "org-319",
"name": "Clearwater Technology Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "6239-1",
"awardID": "6239-1",
"status": "active",
"dateSigned": "2020-10-09T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1024",
"measure": "lowestValidBidValue",
"value": 146484.15
},
{
"id": "1025",
"measure": "highestValidBidValue",
"value": 288428.24
},
{
"id": "1026",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "1027",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "1028",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1029",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1030",
"measure": "electronicBids",
"value": 6,
"relatedLot": "1"
},
{
"id": "1031",
"measure": "lowestValidBidValue",
"value": 146484.15,
"relatedLot": "1"
},
{
"id": "1032",
"measure": "highestValidBidValue",
"value": 288428.24,
"relatedLot": "1"
}
]
}
}