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: info@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.1) Name and addresses
Castlehill Housing Association
4 Carden Place
Aberdeen
AB10 1UT
UK
Telephone: +44 1224625822
E-mail: info@castlehillha.co.uk
NUTS: UKM5
Internet address(es)
Main address: www.castlehillha.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12562
I.2) Joint procurement
The contract involves joint procurement
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 the abovementioned address
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
Other: Housing Association
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Domestic Smoke and CO Detection Installation/Upgrade Programme
II.1.2) Main CPV code
31625100
II.1.3) Type of contract
Services
II.1.4) Short description
Langstane Housing Association Ltd (‘Langstane’) and Castlehill Housing Association Ltd (‘Castlehill’), collectively referred to as ‘the Associations’ are following a 2-stage restricted procedure to appoint a supplier to provide it with a domestic smoke and carbon monoxide detection installation/upgrade programme.
II.1.5) Estimated total value
Value excluding VAT:
1 038 600.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
All lots
II.2) Description
Lot No: 1
II.2.1) Title
Domestic Smoke and CO Detection Programme — Aberdeen City
II.2.2) Additional CPV code(s)
31625100
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeen City.
II.2.4) Description of the procurement
Langstane Housing Association Ltd (‘Langstane’) and Castlehill Housing Association Ltd (‘Castlehill’), collectively referred to as ‘the Associations’ are following a 2-stage restricted procedure to appoint a supplier to provide it with a domestic smoke and carbon monoxide detection programme.
Lot 1 covers Aberdeen City.
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:
585 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
2 x 1 year extensions subject to performance.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Criteria are set out in the procurement documents.
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
Domestic Smoke and CO Detection Programme — Aberdeenshire South and West
II.2.2) Additional CPV code(s)
31625100
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeenshire South and West.
II.2.4) Description of the procurement
Langstane Housing Association Ltd (‘Langstane’) and Castlehill Housing Association Ltd (‘Castlehill’), collectively referred to as ‘the Associations’ are following a 2-stage restricted procedure to appoint a supplier to provide it with a domestic smoke and carbon monoxide detection programme.
Lot 2 covers Aberdeenshire South and West consisting of the following towns:
— Aboyne,
— Ballater,
— Banchory,
— Braemar,
— Echt,
— Fettercairn,
— Finzean,
— Inververvie,
— Laurencekirk,
— Portlethen,
— Newtonhill,
— Stonehaven.
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:
97 800.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
12 month extension subject to performance.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Criteria are stated in the procurement documents.
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
Domestic Smoke and CO Detection Programme — Aberdeenshire North
II.2.2) Additional CPV code(s)
31625100
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeenshire North.
II.2.4) Description of the procurement
Langstane Housing Association Ltd (‘Langstane’) and Castlehill Housing Association Ltd (‘Castlehill’), collectively referred to as ‘the Associations’ are following a 2-stage restricted procedure to appoint a supplier to provide it with a domestic smoke and carbon monoxide detection programme.
Lot 3 covers Aberdeenshire North consisting of the following towns:
— Alford,
— Blackburn,
— Huntly,
— Insch,
— Inverurie,
— Kemnay,
— Kintore,
— Port Elphinstone,
— Rhynie,
— Tarland.
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:
88 400.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
12 month extension subject to performance.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Criteria are stated in the procurement documents.
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: 4
II.2.1) Title
Domestic Smoke and CO Detection Programme — Aberdeenshire East
II.2.2) Additional CPV code(s)
31625100
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeenshire East.
II.2.4) Description of the procurement
Langstane Housing Association Ltd (‘Langstane’) and Castlehill Housing Association Ltd (‘Castlehill’), collectively referred to as ‘the Associations’ are following a 2-stage restricted procedure to appoint a supplier to provide it with a domestic smoke and carbon monoxide detection programme.
Lot 4 covers Aberdeenshire East consisting of the following towns:
— Aberchirder,
— Balmedie,
— Banff,
— Cuminestown,
— Ellon,
— Fetterangus,
— Fraserburgh,
— Longside,
— Macduff,
— Mintlaw,
— New Deer,
— Peterhead,
— Strichen,
— Turriff.
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:
140 800.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
12 month extension subject to performance.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Criteria are stated in procurement documents.
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: 5
II.2.1) Title
Domestic Smoke and CO Detection Programme — Moray
II.2.2) Additional CPV code(s)
31625100
II.2.3) Place of performance
NUTS code:
UKM62
Main site or place of performance:
Moray.
II.2.4) Description of the procurement
Langstane Housing Association Ltd (‘Langstane’) and Castlehill Housing Association Ltd (‘Castlehill’), collectively referred to as ‘the Associations’ are following a 2-stage restricted procedure to appoint a supplier to provide it with a domestic smoke and carbon monoxide detection programme.
Lot 5 covers the Moray area consisting of the following towns:
— Aberlour,
— Buckie,
— Burghead,
— Cullen,
— Elgin,
— Findhorn,
— Fochabers,
— Forres,
— Keith,
— Lhanbryde,
— Lossiemouth,
— Portknockie,
— Portsoy,
— Rothes,
— Tomintoul.
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:
126 600.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: Yes
Description of renewals:
12 month extension 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
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:
The main contractor and their subcontractors must provide their company number. They must hold membership and accreditations with NICEIC or SELECT or an equivalent organisation. They must have BS OHSAS 18001 (or equivalent), or have within the last 12 months or are in the process of working toward successfully meeting the assessment requirements of a construction related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum e.g. CHAS or can provide a signed Health and Safety Policy which clearly sets out the contractors approach to ensuring the health and safety of staff, customers and the general public.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
Contract performance conditions will be detailed at invitation to tender stage.
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/07/2019
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
31/07/2019
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
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=588124
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.
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 applied to this contract, proportionate to the value of the contract. Community benefits may include providing work experience or apprenticeship opportunities, attending careers fairs, providing help with community projects. A detailed list of potential community benefits will be provided at Invitation to Tender stage and will be dependant on contract value.
(SC Ref:588124)
VI.4) Procedures for review
VI.4.1) Review body
Langstane Housing Association Ltd
680 King Street
Aberdeen
AB24 1SL
UK
Telephone: +44 1224423000
Internet address(es)
URL: http://www.langstane-ha.co.uk
VI.5) Date of dispatch of this notice
20/06/2019