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

Rope Access- Buildings Inspection Surveys and Repairs

  • First published: 06 March 2024
  • Last modified: 06 March 2024
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-044572
Published by:
The Wheatley Housing Group Limited
Authority ID:
AA80392
Publication date:
06 March 2024
Deadline date:
08 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The service provider will be expected to deliver a programme of planned high level tactile inspections of its multi storey blocks, using the rope access method (Mast Climbers or Cradles are not an option). We may also require the service provider to carry out drone survey inspections and thermal imagery inspections upon request. Service providers must be able to provide this requirement should it be necessary.

The Landlord survey inspections will be carried out annually on a percentage of blocks on a rolling program basis over 5 years. Service Providers must be able to carry out a minimum of 27 block inspections per annum. Flexibility of approach will be a requirement by the service provider. Prioritisation of blocks and the frequency of the inspection regime for individual blocks will be agreed between Wheatley Group and the appointed service provider in line with Wheatley Group business needs throughout the contract period.

Certain key triggers could determine frequency, including but not limited to:

Height of blocks e.g. Number of storeys

Location e.g. Exposed location

Known condition e.g. localised blemishes, staining, weathering

Identified issue(s) after inspection e.g. required maintenance etc

The survey and inspection, including high resolution digital photographs, has to cover the external envelope and external fabric of blocks including but not limited to;

External Wall Insulation (EWI)

Rain Screen Cladding (RSC)

Other wall finishes

Roofing

Lightning Protection

Plant, tank, lift motor rooms and drying areas (housing -where situated on roof of MSF)

Roof Edge, Parapet walls and capping

Exposed areas of the structure

Walkways and screens; floors, walls, ceiling, balustrades, frames (considered open to the outside elements)

Windows and Doors

Expansion Joints

Structural openings

Sealants

Balconies; external enclosures, floors, walls, ceiling, balustrades, frames

Flashings

Canopies

External ground floor including bin areas, bulk areas, office areas

Repairs Work

The service provider will be expected to deliver a programme of planned repairs work.

This will include but not limited to:

Breaking out and repairing concrete.

Cutting out and repairing render

Painting of external render

Installation of render boards

Mortar and sealant repairs

Resecuring metal/capping at high level

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

UK

Contact person: Ian Brown

Telephone: +44 8004797979

E-mail: ian.brown@wheatley-group.com

NUTS: UKM82

Internet address(es)

Main address: http://www.wheatley-group.com

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10306

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 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

Rope Access- Buildings Inspection Surveys and Repairs

II.1.2) Main CPV code

71315400

 

II.1.3) Type of contract

Services

II.1.4) Short description

Building Inspection Surveys and Repairs

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: No

II.2) Description

II.2.2) Additional CPV code(s)

71315400

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Glasgow and Central Belt

II.2.4) Description of the procurement

The service provider will be expected to deliver a programme of planned high level tactile inspections of its multi storey blocks, using the rope access method (Mast Climbers or Cradles are not an option). We may also require the service provider to carry out drone survey inspections and thermal imagery inspections upon request. Service providers must be able to provide this requirement should it be necessary.

The Landlord survey inspections will be carried out annually on a percentage of blocks on a rolling program basis over 5 years. Service Providers must be able to carry out a minimum of 27 block inspections per annum. Flexibility of approach will be a requirement by the service provider. Prioritisation of blocks and the frequency of the inspection regime for individual blocks will be agreed between Wheatley Group and the appointed service provider in line with Wheatley Group business needs throughout the contract period.

Certain key triggers could determine frequency, including but not limited to:

Height of blocks e.g. Number of storeys

Location e.g. Exposed location

Known condition e.g. localised blemishes, staining, weathering

Identified issue(s) after inspection e.g. required maintenance etc

The survey and inspection, including high resolution digital photographs, has to cover the external envelope and external fabric of blocks including but not limited to;

External Wall Insulation (EWI)

Rain Screen Cladding (RSC)

Other wall finishes

Roofing

Lightning Protection

Plant, tank, lift motor rooms and drying areas (housing -where situated on roof of MSF)

Roof Edge, Parapet walls and capping

Exposed areas of the structure

Walkways and screens; floors, walls, ceiling, balustrades, frames (considered open to the outside elements)

Windows and Doors

Expansion Joints

Structural openings

Sealants

Balconies; external enclosures, floors, walls, ceiling, balustrades, frames

Flashings

Canopies

External ground floor including bin areas, bulk areas, office areas

Repairs Work

The service provider will be expected to deliver a programme of planned repairs work.

This will include but not limited to:

Breaking out and repairing concrete.

Cutting out and repairing render

Painting of external render

Installation of render boards

Mortar and sealant repairs

Resecuring metal/capping at high level

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 1 500 000.00  GBP

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

Start: 01/07/2024

End: 30/06/2027

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 months

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:

Service providers must be a member of IRATA

Service providers must have OHSAS18001

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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: 08/04/2024

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

Tender must be valid until: 04/10/2024

IV.2.7) Conditions for opening of tenders

Date: 08/04/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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=759753.

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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

Details are in tender documents

(SC Ref:759753)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=759753

VI.4) Procedures for review

VI.4.1) Review body

Wheatley Group

Glasgow

UK

VI.5) Date of dispatch of this notice

05/03/2024

Coding

Commodity categories

ID Title Parent category
71315400 Building-inspection services Building services

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:
ian.brown@wheatley-group.com
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.