Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Ochilview H.A — Maintenance Painterwork 2019 — 2022

  • First published: 30 August 2018
  • Last modified: 30 August 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Ochilview Housing Association
Authority ID:
AA72686
Publication date:
30 August 2018
Deadline date:
03 October 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Maintenance Painterwork to be carried out to approximately 900 premises over a 3 year period.

Decoration Works are as follows:

Externally — Fascias, Soffits, Windows, Doors, fencing and railings.

Internally — Common closes.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Ochilview Housing Association

Ochil House

Alloa

FK10 1AB

UK

Contact person: Richard Innes

Telephone: +44 1413330363

E-mail: rginnes@hotmail.co.uk

NUTS: UKM72

Internet address(es)

Main address: http://www.ocilview.co.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA21502

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

http://jmpsurveyors.com/services.html


Additional information can be obtained from another address:

JMP Surveyors

12 Royal Terrace

Glasgow

G3 7NY

UK

Contact person: Richard Innes

E-mail: richard.innes@jmpsurveyors.com

NUTS: UKM82

Internet address(es)

Main address: http://jmpsurveyors.com/services.html

Tenders or requests to participate must be sent electronically to:

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:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Ochilview H.A — Maintenance Painterwork 2019 — 2022

II.1.2) Main CPV code

45451000

 

II.1.3) Type of contract

Services

II.1.4) Short description

3 year Maintenance Painterwork programme to various addresses and sites throughout Clackmannanshire.

II.1.5) Estimated total value

Value excluding VAT: 318 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45451000

II.2.3) Place of performance

NUTS code:

UKM72


Main site or place of performance:

Clackmannan and West Fife, Scotland

II.2.4) Description of the procurement

Maintenance Painterwork to be carried out to approximately 900 premises over a 3 year period.

Decoration Works are as follows:

Externally — Fascias, Soffits, Windows, Doors, fencing and railings.

Internally — Common closes.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 318 000.00  GBP

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

Start: 01/04/2019

End: 31/03/2022

This contract is subject to renewal: Yes

Description of renewals:

There is potential for a 1 year extension to this contract, however this is dependent on varying factors.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Dual Stage Procedure:

Specific requirements can be found within Section III of the contract notice.

Bidders must pass minimum standard criteria — ESP(Scotland) shall be scored as follows:

Part III and Section B & D Part IV shall be scored on a Pass/Fail basis, Section C of Part IV of the ESPD(Scotland) shall be scored as follows:

0 — Unacceptable — Nil/inadequate response. Failure to demonstrate previous experience etc relevant to the criteria.

1 — Poor — Response partially relevant but generally poor. The response shows some elements of relevance to the criteria but contains insufficient/limited detail.

2 — Acceptable — Response is relevant and adequate. Demonstrates experience, knowledge, skills etc but may lack in some aspects of similarity etc.

3 — Good — Response is relevant and good. Sufficiently demonstrates a good level of experience, knowledge etc relevant to providing similar services to similar clients.

4 — Excellent — Response is completely relevant and overall excellent — Comprehensive and transparent.

The response to the questions of Section III of the Contract Notice shall be weighted as follows:

Question 4C.1:(60 %), 4C.4:(10 %), 4C.6:(10 %), 4C.6.1:(10 %), 4C.9:(5 %), 4C.10:(5 %)

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

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:

Membership of the Painting and Decorating Association or equal and approved.

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

Please refer to this section when completing section 4B of the ESPD (Scotland):

Question 4B.1.1: Bidders shall require to have a minimum yearly turnover of 300 000.00 GBP for the last 3 financial years. Evidence of which shall be requested by the buyer by way of annual accounts.

Question 4B.5.5: It is a requirement of the contract that Bidders hold, or can commit to obtaining, prior to any subsequently awarded contract, the type and levels of insurance indicated below:

Employers Liability Insurance: 5 000 000.00 GBP,

Public Liability Insurance: 2 000 000.00 GBP,

Professional Indemnity Insurance: 2 000 000.00 GBP.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

Please refer to this section when completing section 4C/D of the ESPD:

Question 4C.1: Bidders shall be required to provide a minimum of 3 examples of contracts which demonstrate ability to perform contracts over the last 5 years of the size, scope and nature similar to the works detailed in this notice.

Question 4C.4: Bidders shall be required to confirm that they have the relevant supply chain management and tracking systems to deliver the works requirements.

Question 4C.6: Bidders shall be required to confirm that their directly employed operatives and sub contractors have the relevant qualifications in their respective trades.

Question 4C.6.1: Bidders shall be required to confirm that all Supervisors are Trade qualified and also have supervisory qualifications.

Question 4C.9: Bidders shall be required to confirm plant/technical equipment available to themselves in relation to the described works.

Question 4C.10: Bidders shall be required to confirm whether they intend to sub contract and if so what portion of the works.

Question 4D.1: Quality Assurance Schemes & Environmental Management Standards — the bidder must hold accredited 3rd Party certification in accordance with BS EN ISO9001 (or equivalent)

NB: IF THE BIDDER CANNOT FULFILL ALL OF THE ABOVE REQUIREMENTS THEY SHOULD NOT SUBMIT AN ESPD document.

III.2) Conditions related to the contract

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

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 03/10/2018

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 10/10/2018

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

EN

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

Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

3 years

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

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=554819.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

Bidders shall be required to make proposals in regard to Community Benefits as part of the ITT Quality questionnaire included within the Stage 2 tender package.

(SC Ref:554819)

VI.4) Procedures for review

VI.4.1) Review body

JMP Construction and Property Consultants

12 Royal Terrace

Glasgow

G3 7NY

UK

Telephone: +44 1413330363

VI.5) Date of dispatch of this notice

27/08/2018

Coding

Commodity categories

ID Title Parent category
45451000 Decoration work Other building completion work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
rginnes@hotmail.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.