Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Langstane Housing Association Ltd
680 King Street
ABERDEEN
AB24 1SL
UK
Telephone: +44 1224423000
E-mail: procurement@langstane-ha.co.uk
NUTS: UKM50
Internet address(es)
Main address: http://www.langstane-ha.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14482
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:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Other: Housing Association
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Void Repair and Maintenance Framework 2023-2025
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.1.4) Short description
Langstane Housing Association is seeking multi-trades contractors for Lot
1(Aberdeen), Lot 2 (Aberdeenshire) and Lot 3 (Moray) to provide repairs and
maintenance services to approximately 450 void properties per year. This is a 2 year
contract with 2 optional extensions of one year.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
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
Void repair and maintenance framework 2023-2025 (Aberdeen)
II.2.2) Additional CPV code(s)
45210000
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeen City. See stock list for breakdown of areas
II.2.4) Description of the procurement
The Association wishes to contract with a multi-trades contractor for the Aberdeen area. The contractor will carry out repairs and maintenance on void properties. The value of works over the past 3 years has averaged 255 GBP per
year (although note that this level of work is not guaranteed)
II.2.5) Award criteria
Criteria below:
Quality criterion: quality
/ Weighting: 40
Cost criterion: Price
/ Weighting: 60
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/11/2023
End:
31/10/2025
This contract is subject to renewal: Yes
Description of renewals:
Two optional extensions of one year depending on performance
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
Void repair and maintenance framework 2023-2025 (Aberdeenshire)
II.2.2) Additional CPV code(s)
45210000
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeenshire (North, South and West). See stock list for breakdown)
II.2.4) Description of the procurement
The Association wishes to contract with a multi-trades contractor for the
Aberdeenshire area. The contractor will carry out repairs and maintenance on
void properties. The value of works over the past 3 years has averaged 140 GBP
per year (although note that this level of work is not guaranteed).
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Cost criterion: Price
/ Weighting: 60
II.2.6) Estimated value
Value excluding VAT:
200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/11/2023
End:
31/10/2025
This contract is subject to renewal: Yes
Description of renewals:
Optional two extensions of one year subject to performance.
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 3
II.2.1) Title
Void repair and maintenance framework 2023-2025 (Lot 3 Moray)
II.2.2) Additional CPV code(s)
45210000
II.2.3) Place of performance
NUTS code:
UKM62
Main site or place of performance:
Moray - see stock list for breakdown of addresses areas.
II.2.4) Description of the procurement
The Association wishes to contract with a multi-trades contractor for the Moray
area. The contractor will carry out repairs and maintenance on void properties.
The value of works over the past 3 years has averaged 100 GBP per year
(although note that this level of work is not guaranteed).
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Cost criterion: Cost
/ Weighting: 60
II.2.6) Estimated value
Value excluding VAT:
120 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/11/2023
End:
31/10/2025
This contract is subject to renewal: Yes
Description of renewals:
Two optional extensions of one year
II.2.9) Information about the limits on the number of candidates to be invited
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 (e.g. NICEIC, SELECT or an equivalent organisation
Gas Safe registered.
Membership of an SSIP accredited scheme e.g. CHAS or Constructionline
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Average annual turnover over the last 3 years must be at least:
Lot 1: 850k GBP
Lot 2: 450k GBP
Lot 3: 150k GBP
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
See attached KPI included in ITT
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.1.3) 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: 6
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:
04/08/2023
Local time: 12:00
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)
IV.2.7) Conditions for opening of tenders
Date:
07/08/2023
Local time: 12:00
Place:
King Street, Aberdeen
Information about authorised persons and opening procedure:
Property Manager and another
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
August 2025
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=660310.
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:
Community Benefits will be discussed and agreed with the successful contractor(s)
during contract mobilisation and over the course of the contract.
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=737242.
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.
(SC Ref:737242)
VI.4) Procedures for review
VI.4.1) Review body
Langstane Housing Association
680 King Street
Aberdeen
AB24 1SL
UK
E-mail: procurement@langstane-ha.co.uk
Internet address(es)
URL: www.langstane-ha.co.uk
VI.4.4) Service from which information about the review procedure may be obtained
Sheriff Court
Castle Street
Aberdeen
UK
VI.5) Date of dispatch of this notice
30/06/2023