Construction Tenders

Thu May 02 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 3

Status Active

Published 5th Apr 2024

Tender Details
Referenceocds-h6vhtk-04449a
Common Procurement VocabularyRepair and maintenance services of building installations
Procurement MethodOpen procedure
Value£6,517,025
More Tenders »

No location provided

Category Services

Type

No. of Lots 3

Status Active

Published 5th Apr 2024

Tender Details
Referenceocds-h6vhtk-04449a
Common Procurement VocabularyRepair and maintenance services of building installations
Procurement MethodOpen procedure
Value£6,517,025

Section I: Contracting authority

I.1) Name and addresses

Clyde Valley Group

50 Scott Street

Motherwell

ML1 1PN

Contact

Robert Pollock

Email

robert.pollock [at] clydevalley.org

Telephone

+44 1698268855

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.cvha.org.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publiccontractsscotland.gov.uk

Additional information can be obtained from another address:

A.D.A Construction Consultants

Pavilion 3, St James Business Park, Linwood Road

Paisley

PA3 3BB

Contact

Alan Shanks

Email

alan.shanks [at] ada-cc.co.uk

Telephone

+44 1418160184

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

https://www.publiccontractsscotland.gov.uk

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Other type

Registered Social Landlord

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Clyde Valley Group - Two Year Contract for Responsive Maintenance Repairs Services and Out of Hours Call Handling

II.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

II.1.3) Type of contract

Services

II.1.4) Short description

Clyde Valley Group is procuring a Multi-Lot Contract which shall deliver Responsive Maintenance Services during Normal Working Hours, Out of Hours Call Handling and Out of Normal Working Hours Emergency Responsive Maintenance Services throughout Lanarkshire , Glasgow and East Dunbartonshire. The procurement aims to establish individual Contract’s for;

Lot 1 – Electrical Responsive Maintenance Services

Lot 2 – Joiner Responsive Maintenance Services

Lot 3 – Plumber Responsive Maintenance Services

Responsive Maintenance Services are currently delivered by Timetra Ltd to Clyde Valley Group as part of a single Provider Contract that encompasses Responsive Repairs, Void Property Works, Out of Hours Call Handling and Out of Hours Emergency Works as part of a single Contract. The structure of the existing contract delivered by Timetra Ltd is changing from a single Provider contract to three separate Lots of Responsive Repairs contracts, two separate Lots of Void Property Works contracts, two separate Lots for Roofing Repairs & Minor Works, two separate Lots for Groundworks & Fencing and two separate Lots of General Builder works including damp proofing & decoration. This ITT and procurement relates to procurement of three separate Lots contracts for Responsive Maintenance Services during Normal Working Hours, Out of Hours Call Handling and Out of Normal Working Hours Emergency Responsive Maintenance Services. The contract opportunities for the other services and Lots described above are being undertaken as separate procurements to this opportunity.

It is the intention of Clyde Valley Group to hold a ‘Contractors Workshop’ Event during the tender period.

The Event will be free of charge and shall provide an overview of the requirements, Clyde Valley Group’s aspirations, a summary of the

procurement process and information on how to complete the tender documents and submit a bid through the Contract Notice.

The ‘Contractors Workshop’ Event will be via by Zoom Video Conferencing at 14.00BST on Tuesday 23rd April 2024.

The ‘Contractors Workshop’ Event will also provide an in-depth review of the tender document and information Bidders need to provide

with their tender.

To record your interest in the Event, please email the names of your organisations delegates to alan.shanks [at] ada-cc.co.uk not later than

12:00 noon BST on Monday 22nd April 2024.

Bidders are advised the Clyde Valley Group are currently procuring for other property Maintenance Works opportunities through a separate Contract Notice.

Bidders are also advised that the ‘Contractors Workshop’ Event will incorporate both of these procurement opportunities collectively during a single event.

II.1.5) Estimated total value

Value excluding VAT: £6,517,025

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

II.2.1) Title

Lot 1 - Electrical Responsive Maintenance Services

Lot No

1

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 31600000 - Electrical equipment and apparatus
  • 31220000 - Electrical circuit components
  • 31680000 - Electrical supplies and accessories
  • 31681000 - Electrical accessories
  • 31681300 - Electrical circuits
  • 31681400 - Electrical components
  • 31681410 - Electrical materials
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 50116100 - Electrical-system repair services
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 71314100 - Electrical services

II.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
  • UKM95 - South Lanarkshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
  • UKM82 - Glasgow City
Main site or place of performance

North Lanarkshire, South Lanarkshire, Glasgow and East Dunbartonshire

II.2.4) Description of the procurement

Single Stage Tendering in accordance with Regulations 28 (Open Procedure) and 47 (Division of contracts into lots) of the Public

Contracts (Scotland) Regulations 2015

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £1,383,921

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

May take up option of twelve month extensions up to a maximum of three further years (2026-2029) at an annual estimated cost of 276784 GBP excluding VAT

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015.

SPD (Scotland) Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for

each subcontractor.

II.2) Description

II.2.1) Title

Lot 2 - Joiner Responsive Maintenance Services

Lot No

2

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 44220000 - Builders' joinery
  • 45420000 - Joinery and carpentry installation work
  • 45421000 - Joinery work
  • 03419000 - Timber
  • 03419100 - Timber products

II.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
  • UKM95 - South Lanarkshire
  • UKM82 - Glasgow City
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

North Lanarkshire, South Lanarkshire, Glasgow and East Dunbartonshire

II.2.4) Description of the procurement

Single Stage Tendering in accordance with Regulations 28 (Open Procedure) and 47 (Division of contracts into lots) of the Public

Contracts (Scotland) Regulations 2015

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £3,116,535

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

May take up option of twelve month extensions up to a maximum of three further years (2026-2029) at an annual estimated cost of 623307 GBP excluding VAT

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015.

SPD (Scotland) Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for

each subcontractor.

II.2) Description

II.2.1) Title

Lot 3 - Plumber Responsive Maintenance Services

Lot No

3

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 39715300 - Plumbing equipment
  • 44115200 - Plumbing and heating materials
  • 44115210 - Plumbing materials
  • 45330000 - Plumbing and sanitary works
  • 45332000 - Plumbing and drain-laying work

II.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
  • UKM95 - South Lanarkshire
  • UKM82 - Glasgow City
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

North Lanarkshire, South Lanarkshire, Glasgow and East Dunbartonshire

II.2.4) Description of the procurement

Single Stage Tendering in accordance with Regulations 28 (Open Procedure) and 47 (Division of contracts into lots) of the Public

Contracts (Scotland) Regulations 2015

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £2,016,569

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

May take up option of twelve month extensions up to a maximum of three further years (2026-2029) at an annual estimated cost of 403314 GBP excluding VAT

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015.

SPD (Scotland) Question 2D.1.2- Bidders must provide a separate SPD response (Sections A and B of this Part and Part III) for

each subcontractor.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

NICEIC or SELECT Electrical Contractors Association of Scotland

ARCA (Asbestos Removal Contractors Association)

III.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum “general” yearly turnover for the last two years of:

Lot 1 – 553569 GBP

Lot 2 – 1246614 GBP

Lot 3 – 806628 GBP

or

Bidders will be required to have an average yearly turnover for the last two years of:

Lot 1 – 553569 GBP

Lot 2 – 1246614 GBP

Lot 3 – 806628 GBP

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances indicated below:

Employer's (Compulsory) Liability Insurance - 5,000,000 GBP

Public Liability Insurance - 5,000,000 GBP

Contractors All Risk Insurance - 100,000 GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria

Question 4C.1.2 - Bidders will be required to provide two examples that demonstrate that they have the relevant experience to deliver the

services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Question 4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they

have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This

will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and

provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment

performance.

Questions 4C8.1 and 4C8.2 - Bidders will be required to confirm their average annual manpower for the last three years. Bidders will be

required to confirm their and the number of managerial staff for the last three years.

Question 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 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

'Tender Document F- NHF Form of Contract 2023 Volume 1(e) KPI Framework' attached to this Contract Notice.

Where performance falls below the minimum acceptable level during the Contract, Providers will be required to produce a

Remedial Plan for the approval of Clyde Valley Group.

Failure to produce a Remedial Plan or implement an approved Remedial Plan will be deemed to be a breach of the Contract, which may

lead to the termination of a Provider.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-006649

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

6 May 2024

Local time

9:00am

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 5 August 2024

IV.2.7) Conditions for opening of tenders

Date

6 May 2024

Local time

9:00am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2026 at the earliest if the optional 12 month extensions are not applied

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Tender Document D SPD (Scotland), Part IV Section C 'Technical and Professional Ability' will be scored on a pass or

fail basis using the

following scoring methodology;

0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. A Tenderer which scores ‘0 –

Unacceptable’ against any question will be disqualified.

1 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains

insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details

on how the requirement will be fulfilled in certain areas.

3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details

on how the requirements will be fulfilled.

4 – Very Good - Response is largely relevant and very good. The response demonstrates a very good understanding of the requirements and

provides adequate details on how the requirements will be fulfilled.

5 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a

thorough understanding of the requirement and provides details of how the requirement will be met in full.

A Tenderer will be required to achieve a minimum score of 2 against each Question within Part C, i.e. a score of 2 or greater shall represent

a Pass whereas a score of 1 or lower will represent a Fail. Clyde Valley Group will disregard, and not evaluate the remainder of

a Tenderers bid should the Tenderer fail to achieve the minimum score of 2 (a Pass) against any of the Questions included with Part C

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=763080.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Please refer to Tender Document I 'Community Benefits' provided with the Contract Notice

(SC Ref:763080)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=763080

VI.4) Procedures for review

VI.4.1) Review body

Hamilton Sheriff Court

Hamilton

Country

United Kingdom