Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Clydesdale Housing Association Ltd
39 North Vennel
Lanark
ML11 7PT
UK
Telephone: +44 1555665316
E-mail: info@clydesdale.co.uk
NUTS: UKM95
Internet address(es)
Main address: www.clydesdale-housing.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15565
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
R&M and Voids Framework
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
R&M and Voids service and all trades works including but not exclusively Joiner, Plumber, Electrical, Builder, Plastering, Painting, Tiler, and house clearance/cleaning etc. including out of hours emergencies covering 365 days per year and 24/7 in-day and out of hours.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
2 200 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
50000000
II.2.3) Place of performance
NUTS code:
UKM95
II.2.4) Description of the procurement
R&M and Voids service and all trades works including but not exclusively Joiner, Plumber, Electrical, Builder, Plastering, Painting, Tiler, and house clearance/cleaning etc. as required in this ITT and of this Framework. The works will consist of reactive repairs including out of hours emergencies covering 365 days per year and 24/7 in-day and out of hours.
Other services may include in this framework Medical Adaptations, Kitchen and Bathroom Renewals and any other works as required.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Cost criterion: Cost of Service
/ Weighting: 40%
II.2.11) Information about options
Options:
Yes
Description of options:
Medical Adaptations, Kitchen and Bathroom Renewals and any other works as required.
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
As set out in the ITT
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about 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 in the OJ S:
2023/S 000-013611
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/11/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Davidson Lindsay Electrical Services
Unit 1 Hamilton Street
Carluke
ML8 4HA
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Consilium Contracting Services Ltd
Business First, Burnbrae Rd
Paisley
PA3 3FP
UK
NUTS: UKM83
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
773 716.88
GBP
/ Highest offer:
1 318 285.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
As outlined in the ITT, this Framework has a maximum of 2 providers appointed to the framework. The highest-ranking bidder (Davidson Lindsay Electrical Services) will not have exclusive rights on all the works under this framework, The Association reserve the right to award works to 2nd ranked contractor (Consilium Contracting Services Ltd) as required.
The highest-ranking bidder will be offered the majority of the work on the framework. The winning bidder will not however have exclusive rights on all the works under this framework, The Association reserve the right to directly award works to 2nd ranked contractor as they wish. Whilst the 2nd ranked bidder will predominately be the supplementary or support contractor, for use if the highest-ranking bidder is unable to undertake the works within timescales agreed, failing KPI performance etc The Association can also decide to use them for any other requirement or reason e.g., high level of voids or repairs, earlier completion time, VfM etc (not exhaustive list)
(SC Ref:762823)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
UK
VI.5) Date of dispatch of this notice
03/04/2024