Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Procurement for Housing
Lomond Court
Stirling
FK9 4TU
UK
Contact person: Brad Hughes
E-mail: bhughes@pfh.co.uk
NUTS: UKM
Internet address(es)
Main address: http://www.pfhscotland.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA18142
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PfH Responsive Repairs and Void Property Services Framework Scotland
Reference number: BH/November 2023/RRVPS
II.1.2) Main CPV code
50700000
II.1.3) Type of contract
Services
II.1.4) Short description
Procurement for Housing (PfH) Scotland is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark.
PfH Scotland is a contracting authority under Regulation 2 of the Public Contracts (Scotland) Regulations 2015 (“PCSR 2015”) and a central purchasing body under regulation 38 PCSR 2015.
PfH Scotland has appointed suitably qualified and experienced organisations under a multi-lot Framework Agreement to provide public bodies with the opportunity to purchase Responsive repairs and void property services.
Procurement for Housing has established a Framework Agreement for Responsive Repairs and Void Property Services.
The framework has been split into five (5) lots:
1. Responsive Repairs and Void Property Refurbishment
2. Void Property Refurbishment
3. Responsive Repairs
4. Void Property Cleaning and Clearing Services
5. Void Property Security Services
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
105 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Responsive Repairs and Void Property Services
II.2.2) Additional CPV code(s)
50700000
45300000
45400000
90000000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This lot is to provide PfH members with end-to-end management of their reactive maintenance repairs and works associated with ensuring void properties are at the appropriate standard to relet.
The services provided will either be a fully out-sourced solution to deliver all works for PfH members in relation to their reactive maintenance and void property works or as a top up service to existing in house teams.
It will be at the discretion of the PfH member to determine the level of requirement on an individual contract basis.
The lot structure is split into regions. Document 1 - Instructions to tenderers contain information on the number of regions a contractor can apply for.
PfH has awarded places on the framework to 6 suppliers.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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 Property Refurbishment
II.2.2) Additional CPV code(s)
45300000
50700000
45400000
90000000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This lot is to provides PfH members with end-to-end management of refurbishment works (internal and external) required within empty properties, including but not limited to:
- Gas and Electrical Safety Inspection
- Boiler and heating system testing/repairs/installation
- Electrical testing/repairs/upgrades
- Kitchen and bathroom repairs
- General building repairs
- Joinery and metal works
- Plastering, painting & decorating
- Roofing works
- Fencing & gate repairs
- Drainage repairs
The services provided will either be a fully out-sourced solution to deliver all works associated with void property refurbishment or as a top up service to existing in house teams. It will be at the discretion of the PfH member to determine the level of requirement on an individual contract basis.
The lot structure is split into regions. Document 1 - Instructions to tenderers contain information on the number of regions a contractor can apply for.
PfH has awarded places on the framework to 12 suppliers.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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
Responsive Repairs
II.2.2) Additional CPV code(s)
45300000
50700000
45400000
90000000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This lot is to provides PfH members with end-to-end management of reactive and responsive repair works (internal and external). Including but not limited to:
- General internal and external building repairs
- Plumbing repairs
- Brickwork repairs
- Electrical remedial works
- Window & door repairs
- Roofing repairs
- Drainage repairs
- Flooring repairs (internal and external paving)
- Plastering, painting & decorating
The services provided will either be a fully out-sourced solution to deliver all reactive maintenance works or as a top up service to existing in house teams.
It will be at the discretion of the PfH member to determine the level of requirement on an individual
contract basis.
The lot structure is split into regions. Document 1 - Instructions to tenderers contain information on the number of regions a contractor can apply for.
PfH has awarded places on the framework to 4 Suppliers.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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
Void Property Cleaning and Clearing Services
II.2.2) Additional CPV code(s)
90000000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Lot 4 is a specialist service provision for the cleaning and clearance of void properties including but not limited to the following services:
- Builders Clean
- Light Property Clean
- Deep Property Clean
- Specialist Cleaning (including site disinfection)
- Clearing & disposal of general waste
- Clearing & disposal of hazardous waste (including sharps and clinical waste)
- Clearing & disposal of electrical and electronic equipment waste (WEEE)
- Garden clearances
- Pest control
The lot structure is split into regions. Document 1 - Instructions to tenderers contain information on the number of regions a contractor can apply for.
PfH has awarded places on the framework to 6 Suppliers.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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
Void Property Security Services
II.2.2) Additional CPV code(s)
35121000
35125000
79710000
65500000
44212329
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Lot 5 is a specialist service provision to ensure site safety and security of empty/void sites and properties under the responsibility of PfH
members.
The services under this lot will fall into two main categories:
Site Security which will include (but is not limited to) the following solutions:
- Supply, installation and removal of demountable screens and doors on a purchase and hire basis
- Supply, installation and removal of security fencing on a purchase and hire basis
- Supply, installation and removal of net curtains on a purchase and hire basis
- Boarding up services
- Guardianship provision
- Secure meter box coverings
And Site Monitoring which will include (but is not limited to) the following solutions:
- Temporary alarm detection systems (can also include a responsive service)
- Mobile CCTV towers
- Mobile patrol services
The lot structure is split into regions. Document 1 - Instructions to tenderers contain information on the number of regions a contractor can apply for.
PfH has awarded places on the framework to 5 Suppliers.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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 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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-033077
Section V: Award of contract
Lot No: 1
Title: Responsive Repairs and Void Property Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/03/2024
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Bell Group Ltd
Bell Business Park, Rochsolloch Road
Airdrie
ML6 9BG
UK
Telephone: +44 1236766878
Fax: +44 1236546765
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SPS Doorguard Limited
The Octagon, 35 Baird Street
Glasgow
G4 0EE
UK
Telephone: +44 1412041440
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Procast Building Contractors Ltd.
4 Alness Street
Hamilton
ML3 6RU
UK
Telephone: +44 7799862737
NUTS: UKM95
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
MP Group UK Limited
324 Drumoyne Road
Glasgow
G51 4DX
UK
Telephone: +44 1412371970
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
H Clarke & Sons Limited T/A HCS Mechanical and Electrical Services
Unit 9, Kelvin Gate, 58 Kelvin Avenue
Glasgow
G52 4GA
UK
Telephone: +44 1418832408
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Totalis Solutions Ltd
41 McGown Street
Paisley
PA3 1QJ
UK
Telephone: +44 1418890089
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 45 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Void Property Refurbishment
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/03/2024
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Bell Group Ltd
Bell Business Park, Rochsolloch Road
Airdrie
ML6 9BG
UK
Telephone: +44 1236766878
Fax: +44 1236546765
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SPS Doorguard Limited
The Octagon, 35 Baird Street
Glasgow
G4 0EE
UK
Telephone: +44 1412041440
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Procast Building Contractors Ltd.
4 Alness Street
Hamilton
ML3 6RU
UK
Telephone: +44 7799862737
NUTS: UKM95
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
H Clarke & Sons Limited T/A HCS Mechanical and Electrical Services
Unit 9, Kelvin Gate, 58 Kelvin Avenue
Glasgow
G52 4GA
UK
Telephone: +44 1418832408
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ogilvie Construction Ltd
Ogilvie House, Pirnhall Business Park
Stirling
FK7 8ES
UK
Telephone: +44 7551709091
NUTS: UKM
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
BRB Electrical Limited
19 Colquhoun Avenue, Hillington Park
Glasgow
G52 4BN
UK
Telephone: +44 1418920775
Fax: +44 1418920179
NUTS: UKM
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Magnus Electrical Services Limited
6-8 Achamore Road
Glasgow
G15 8QS
UK
Telephone: +44 1419491114
NUTS: UKM82
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
City Gate Construction Limited
Unit 3, Imperial Park, West Avenue
Linwood
PA1 2FB
UK
Telephone: +44 1415616500
Fax: +44 1415612331
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Gas Call Services Ltd
2 Queenslie Court, Summerlee Street
Glasgow
G33 4DB
UK
Telephone: +44 1417663333
NUTS: UKM82
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Totalis Solutions Ltd
41 McGown Street
Paisley
PA3 1QJ
UK
Telephone: +44 1418890089
NUTS: UKM82
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Qts contracts
Qts office, Muckhart road
Dunning
Ph2 0rl
UK
Telephone: +44 7505909781
NUTS: UKM77
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Bancon Construction Limited
Burn o Bennie Road
Banchory
AB31 5ZU
UK
Telephone: +44 1330827377
NUTS: UKM
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 25 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Responsive Repairs
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/03/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Bell Group Ltd
Bell Business Park, Rochsolloch Road
Airdrie
ML6 9BG
UK
Telephone: +44 1236766878
Fax: +44 1236546765
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SPS Doorguard Limited
The Octagon, 35 Baird Street
Glasgow
G4 0EE
UK
Telephone: +44 1412041440
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
H Clarke & Sons Limited T/A HCS Mechanical and Electrical Services
Unit 9, Kelvin Gate, 58 Kelvin Avenue
Glasgow
G52 4GA
UK
Telephone: +44 1418832408
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Magnus Electrical Services Limited
6-8 Achamore Road
Glasgow
G15 8QS
UK
Telephone: +44 1419491114
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 20 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Void Property Cleaning and Clearing Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/03/2024
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Bell Group Ltd
Bell Business Park, Rochsolloch Road
Airdrie
ML6 9BG
UK
Telephone: +44 1236766878
Fax: +44 1236546765
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SPS Doorguard Limited
The Octagon, 35 Baird Street
Glasgow
G4 0EE
UK
Telephone: +44 1412041440
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Orbis Protect Ltd (formerly SitexOrbis ltd)
Unit 7, Harmony Court, Govan, Glasgow
Glasgow
G51 3HN
UK
Telephone: +44 1895465500
NUTS: UKM
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Perfect Clean Edinburgh Ltd
Midlothian Innovation Centre, Pentlandfield
Roslin
EH25 9RE
UK
Telephone: +44 7403451742
NUTS: UKM
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Clearway
Fountain House, Anchor Boulevard, Crossways Business Park
Dartford
DA2 6QH
UK
Telephone: +44 7854174127
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Regency Ayrshire Limited Ta Regency FM
Unit 2d Bravo Freight Centre, Prestwick Airport
PRESTWICK
KA92PH
UK
Telephone: +44 1292611655
Fax: +44 1292611655
NUTS: UKM94
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 7 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: Void Property Security Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/03/2024
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
SPS Doorguard Limited
The Octagon, 35 Baird Street
Glasgow
G4 0EE
UK
Telephone: +44 1412041440
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
VPS (UK) Ltd
Broadgate House, Broadway Business Park, Chadderton
Oldham
OL9 9XA
UK
Telephone: +44 1613005235
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Orbis Protect Ltd (formerly SitexOrbis ltd)
Unit 7, Harmony Court, Govan, Glasgow
Glasgow
G51 3HN
UK
Telephone: +44 1895465500
NUTS: UKM
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Clearway
Fountain House, Anchor Boulevard, Crossways Business Park
Dartford
DA2 6QH
UK
Telephone: +44 7854174127
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Chase Services Group Ltd
250A-High Road
Ilford
IG1 1YS
UK
Telephone: +44 2071128279
NUTS: UKH3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 7 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
1) Bidders may be excluded if they are in any of the situations referred to in Reg.58 of the PCSR 2015.
2) Bidders must state the amount of the contract they expect to subcontract.
3) Quality assurance. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 or can demonstrate that they have robust equivalent quality standards in accordance with Document 5B of this tender.
4) Health and Safety. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 or has within the last 12 months met the assessment requirements of a construction related scheme in registered membership of the safety schemes in procurement (SSIP) or; can demonstrate that they have robust equivalent health and safety standards in accordance with Document 5B of this tender.
5) Environmental. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with ISO 14001 or can demonstrate it has robust equivalent environmental standards in accordance with Document 5B of this tender.
This Framework may be used by any contracting authority listed in or referred to in the FTS / PCS Notice. This includes: All current members of PfH at the time of the FTS / PCS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; Any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations And any other contracting authority listed on the following page of the PfH website http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS / PCS notice for this procurement.
(SC Ref:761990)
VI.4) Procedures for review
VI.4.1) Review body
Court of Session
Parliament House, Parliament Square
Edinburgh
EH11RQ
UK
VI.5) Date of dispatch of this notice
26/03/2024