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: LBuchanan@partickha.org.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.partickha.org.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13703
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.
40 Speirs Wharf
Glasgow
G4 9TH
UK
Telephone: +44 1413533531
E-mail: info@ewing-somerville.com
NUTS: UKM82
Internet address(es)
Main address: www.ewingsomerville.co.uk
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: Passenger Lift Servicing & Reactive Maintenance Contract
Reference number: ESP 4810
II.1.2) Main CPV code
50750000
II.1.3) Type of contract
Services
II.1.4) Short description
The work to be carried out under this contract consists of Planned Servicing and Reactive Maintenance to passenger Lift installations within various four, five, six, seven and nine storey blocks of flats as detailed in the List of Addresses and Property Types contained within the Contract Documentation.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50000000
42416100
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Partick.
II.2.4) Description of the procurement
The work to be carried out under this Contract consists of Planned Servicing and Reactive Maintenance to passenger lift installations within various residential properties.
The full scope and specification of works is contained within the Contract Documentation.
Works include all minor repairs, supply and fit replacement components and parts, undertaking adjustments to maintain the lift installation systems operating in a safe, energy efficient manner at all times.
In the event of proprietary equipment or control systems etc. requiring diagnostic or remedial action which is beyond the experience of the Contractor’s staff, the Contractor shall obtain, at his own expense, the services of the original lift manufacturer’s field technician engineers, or other specialists as may be deemed necessary for diagnostic advice.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70%
Price
/ Weighting:
30%
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:
Option to extend the contract by a variable period not exceeding 24 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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulations 8 and 9 of the Procurement (Scotland) Regulations 2016.
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 relevant requirement is set out in the SPD, Part IV Selection Criteria [4A1a] Enrolment in a relevant professional register. The following statement clarifies the requirement:
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
The relevant trade register in the UK is the Companies House Register - ://www.gov.uk/government/organisations/companies-house or equivalent in other countries.
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.2.3) 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.1.8) 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:
09/10/2024
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/10/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The Contract will be awarded for a period of three years with the option to extend thereafter up to a maximum of two additional years. The earliest potential timescale for publication of a new notice is therefore 2027.
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=777447.
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:
Refer to Appendix 4 Question 3.2 of the Contract Documentation.
(SC Ref:777447)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=777447
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
09/09/2024