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: gkent@partickha.org.uk
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.publiccontractsscotland.gov.uk
Additional information can be obtained from another address:
Ewing Somerville Partnership (Scotland) Ltd.
40C Speirs Wharf
Glasgow
G4 9TH
UK
Contact person: Sharlene Stirling
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.publiccontractsscotland.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 Communal Window Cleaning 2017 — 2020.
Reference number: ESP 3951
II.1.2) Main CPV code
90911300
II.1.3) Type of contract
Services
II.1.4) Short description
Partick Housing Association is seeking to appoint a single contractor to carry out their Communal Window Cleaning Works. The work comprises the routine cleaning of communal windows, entrance panels, window cills and external canopies to common close areas for a three-year period.
II.1.5) Estimated total value
Value excluding VAT:
28 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM34
II.2.4) Description of the procurement
It is Partick Housing Association's intention to enter into a contract to provide their Communal Window Cleaning Works throughout their housing stock. The works will take place within the common close areas of 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. 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:
28 000.00
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 two year extension on a yearly basis.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 section 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: 80 %, 4C.9: 10 %, 4C.10: 10 %.
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.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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 Reference 4B.1.2:
Bidders bidding for the contract will require to have an average yearly turnover of 103 000 GBP for the last 3 years.
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.
III.1.3) Technical and professional ability
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 three years and demonstrate the relevant experience to deliver the works. The example projects must therefore be within an occupied housing environment. The example contracts must have been on-going for at least 6 months and the Bidder must be able to provide evidence of this.
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.
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:
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.3) Additional information
The full award criteria ratios, questions, weightings and scoring regime are published in the draft ITT document.
The Portal will close to questions five 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.
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=504518.
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.
(SC Ref:504518)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=504518
VI.4) Procedures for review
VI.4.1) Review body
Partick Housing Association Ltd.
10 Mansfield Street
Glasgow
G11 5QP
UK
VI.5) Date of dispatch of this notice
14/07/2017