Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Partick Housing Association Ltd
10 Mansfield Street
Glasgow
G11 5QP
UK
Telephone: +44 1413573773
E-mail: info@ewing-somerville.com
NUTS: UKM34
Internet address(es)
Main address: www.partickha.org.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13703
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractscotland.gov.uk
Additional information can be obtained from another address:
Ewing Somerville Partnership Ltd
40 Speirs Wharf
Glasgow
G4 9TH
UK
Contact person: Geraldine McCann
E-mail: info@ewing-somerville.com
NUTS: UKM34
Internet address(es)
Main address: www.ewingsomerville.com
Tenders or requests to participate must be sent electronically to:
www.publiccontractscotland.gov.uk
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
Partick Housing Association Planned Maintenance 2017 — 2020.
Reference number: ESP 3948
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Works
II.1.4) Short description
Partick Housing Association is seeking to appoint between 1 and 4 four contractors to their framework agreement for Planned Maintenance Works. The main works to be carried out within the framework are replacement kitchens, bathrooms, windows and gas central heating installations. Further works may be included within the framework dependent on the results of an ongoing stock condition survey.
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Kitchen replacement
II.2.2) Additional CPV code(s)
39141400
45421151
II.2.3) Place of performance
NUTS code:
UKM34
Main site or place of performance:
Partick district of Glasgow.
II.2.4) Description of the procurement
It is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractors for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. Alternatively the Employer may choose after the first year of the framework to allow mini tendering for subsequent years. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. It is the Association's preference that works are not subcontracted.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
225 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Additional one year extension to the framework.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restrictive Procedure. All queries about this procurement must be made via the Portal question and answer facility. The process we will apply will be:
Statements including the specific requirements can be found within Section III of the Contract Notice.
Bidders must pass the minimum standards sections of the ESPD (Scotland).
Part III and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.
2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capability but may lack in some aspects of similarity eg. previous experience, knowledge or skills may not be of a similar nature.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar Clients.
4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients.
The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland).
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:
Yes
Description of options:
The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey.
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.
Lot No: 2
II.2.1) Title
Bathrooms Replacements
II.2.2) Additional CPV code(s)
39144000
45211310
II.2.3) Place of performance
NUTS code:
UKM34
Main site or place of performance:
Partick district of Glasgow.
II.2.4) Description of the procurement
It is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractor's for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. It is the Association's preference that works are not subcontracted.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
190 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Additional one year extension to the framework.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restrictive Procedure. All queries about this procurement must be made via the Portal question and answer facility. The process we will apply will be:
Statements including the specific requirements can be found within Section III of the Contract Notice.
Bidders must pass the minimum standards sections of the ESPD (Scotland).
Part III and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.
2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capability but may lack in some aspects of similarity eg. previous experience, knowledge or skills may not be of a similar nature.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar Clients.
4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients.
The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland).
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:
Yes
Description of options:
The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey.
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.
Lot No: 3
II.2.1) Title
Window Replacements
II.2.2) Additional CPV code(s)
44221100
45421132
II.2.3) Place of performance
NUTS code:
UKM34
Main site or place of performance:
Partick district of Glasgow.
II.2.4) Description of the procurement
It is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractor's for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. It is the Association's preference that works are not subcontracted.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Additional one year extension to the framework.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restrictive Procedure. All queries about this procurement must be made via the Portal question and answer facility. The process we will apply will be:
Statements including the specific requirements can be found within Section III of the Contract Notice.
Bidders must pass the minimum standards sections of the ESPD (Scotland).
Part III and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.
2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capability but may lack in some aspects of similarity eg. previous experience, knowledge or skills may not be of a similar nature.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar Clients.
4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients.
The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland).
Question 4C.1: 60 %, 4C.4: 10 %, 4C.6: 10 %, 4C.6.1: 10 %, 4C.9: 5 %, 4C.10: 5 %.
A minimum of the five highest scoring Bidders will be selected to be invited to submit a tender.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey.
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.
Lot No: 4
II.2.1) Title
Gas Central Heating and Boiler Replacements
II.2.2) Additional CPV code(s)
45232141
45331100
44620000
II.2.3) Place of performance
NUTS code:
UKM34
Main site or place of performance:
Partick district of Glasgow.
II.2.4) Description of the procurement
It is Partick Housing Association's intention to enter into a Framework Agreement to provide their planned Maintenance Works throughout their housing stock. The works will take place within occupied tenanted domestic dwellings, mainly traditional sandstone flats. The full contractual requirements are set out in the draft ITT document which has been downloaded to the Portal. The Association wishes to appoint up to a maximum of four main Contractor's for these works which comprise the following core services; kitchen, bathroom, window, and heating replacements. These four elements are not carried out in the same properties each year. Therefore once appointed to the Framework contractors will be appointed to a project on the basis of their price for each separate element. i.e. The contractor placed third on the Framework may be the lowest price for the kitchen replacement works and will therefore be awarded the kitchen works for year 1 and will continue to be awarded the kitchen work in subsequent years if they perform to the contract KPI level in each year. If a particular contractor is lowest priced for more than one element they may be awarded all or some of the elements they are lowest priced on, again on the requirement that they perform to the KPIs. Which elements such a contractor would be awarded will be the decision of the Employer. There is no guarantee that any contractor will be awarded work under the Framework. Contractors may apply for all or any combination of Lots. The gas heating and boiler replacement installation works are not to be subcontracted.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Additional one year extension to the framework.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restrictive Procedure. All queries about this procurement must be made via the Portal question and answer facility. The process we will apply will be:
Statements including the specific requirements can be found within Section III of the Contract Notice.
Bidders must pass the minimum standards sections of the ESPD (Scotland).
Part III and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.
2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capability but may lack in some aspects of similarity eg. previous experience, knowledge or skills may not be of a similar nature.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar Clients.
4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients.
The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland).
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:
Yes
Description of options:
The Association may choose to order additional works from the framework contractors subject to the results of their ongoing stock condition survey.
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.
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:
Bidders applying for lot 4 Gas Heating Installations will required to confirm that they are Gas Safe Registered and their directly employed operatives have the relevant Gas Safe Certification to carry put gas heating installations including boiler installations to domestic properties.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Refer to information provided in response to minimum level(s) of standards required.
Minimum level(s) of standards required:
Please refer to this section when completing section 4B of the ESPD (Scotland):
Question Reference 4B.1.2:
Bidders bidding only for Lot 1 will require to have an average yearly turnover of 450 000 GBP for the last 3 years.
Bidders bidding only for Lot 2 will require to have an average yearly turnover of 380 000 GBP in the last 3 years.
Bidders bidding only for Lot 3 will require to have an average yearly turnover of 3 000 000 GBP in the last 3 year.
Bidders bidding only for Lot 4 will require to have an average yearly turnover of 2 000 000 GBP in the last 3 years.
Bidders applying for all or any combination of Lots will require to add the turnover amounts for each Lot they are applying for and compare against their annual turnover and confirm their annual turnover is sufficient to meet the requirements of each Lot AND the overall turnover amount.
As evidence for this annual accounts will be requested from the bidder.
Question Reference 4B.3:
Where turnover information is not available for the period requested, the bidder will be required to state the date which they were setup or started trading.
Question Reference 4B.4:
Bidders must demonstrate a return on capital employed at a ratio of greater than zero.
Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities).
Bidders must demonstrate a Current Ratio of greater than 1.
Current Ratio will be calculated as follows: new current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Question Reference 4B.5.1:
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 insurance indicated below:
Employers (Compulsory)Liability Insurance — 10 000 000 GBP
Public Liability Insurance — 10 000 000 GBP
Question Reference 4B.5.2: Professional Indemnity Insurance — 10 000 000 GBP.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Refer to information provided at Minimum Level(s) of standards required below.
Minimum level(s) of standards required:
In response to Question 4C.1:
bidders will be required to provide 4 examples of contracts which demonstrate the contractor's ability to perform contracts of the scope, size and nature similar to the Works as described in part II.2.4 of this Site Notice and draft tender documents provided with this Notice. The example contracts must have been worked on in the last five years and demonstrate the relevant experience to deliver the works. The example projects must therefore be within an occupied housing environment and the Bidder must have been appointed as the Main Contractor. For the gas central heating installation works the gas engineers must be directly employed operatives. The example contracts must be substantially complete.
In response to 4C.4:
Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in this Contract Notice and the draft tender documents attached.
In response to 4C.6:
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications; Membership of NICEIC or SELECT. Contractors may be required to apply for building warrant applications for electrical installation works. Bidders for the gas heating installation works must have membership of Gas Safe relevant for working in domestic gas installations. The gas heating installation works are not to be sub contracted.
In response to 4C.6.1 Bidders will be required to confirm that all supervisors must be trade qualified and have the same level of qualifications as set out for the site operatives as listed above, in addition supervisors to hold supervisory qualifications such as SSSTS or equivalent.
All supervisors/operatives must have current UKATA asbestos awareness training.
In response to 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 of this Site Notice and in the draft ITT documents provided with the Notice.
In response to 4C.10 the gas servicing works must not be sub contracted. For other trades directly employed operatives are preferred.
In response to 4D.1 (1.1 and 1.2) — Quality Assurance Schemes and Environmental Management Standards — The bidder must hold a UKAS(or equivalent)accredited independent third party certificate of compliance in accordance with BS EN ISO9001(or equivalent), AND the bidder must hold a UKAS(or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001(or equivalent)or have, within the last 12 months, successfully met the assessment requirements of a construction related scheme in registered membership of the Safety Schemes in Procurement (SSIP)forum. If no certification is available specify which other means of proof concerning the quality assurance schemes can be provided and provide this information.
4D.2 (2.1 and 2.2) The bidder must hold a UKAS (or equivalent)accredited independent third party certificate of compliance with BS EN ISO 14001(or equivalent)or a valid EMAS(or equivalent)certificate. If no certification is available specify which other means of proof concerning the quality assurance schemes can be provided and provide this information.
If the Bidder cannot fulfill all of the above requirements they should not complete the ESPD or ITT documentation.
Unsatisfactory responses to Section D will result in a failure score.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 4
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:
14/08/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
28/08/2017
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:
No
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
The full award criteria ratios, questions, weightings and scoring regime are published in the draft ITT document.
At Question reference 2.C.1:
Bidders are required to complete this question and provide an ESPD from the relevant sub contractor(s) if applicable to their Bid.
The Portal will close to questions seven days prior to the date for return of ESPDs.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=503509.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
It is considered that the nature of the framework is such that a sub contract clause would not be beneficial.
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:
A summary of the expected community benefits has been provided as follows:
— Training for Residents, this could include for example court observation visits;
— Apprenticeships;
— Support to community bodies;
— Support for local projects.
(SC Ref:503509)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=503509
VI.4) Procedures for review
VI.4.1) Review body
Partick Housing Association
10 Mansfield Street
Glasgow
G11 5QP
UK
Internet address(es)
URL: www.ewing-somerville.com
VI.5) Date of dispatch of this notice
12/07/2017