Un bogue affecte l’affichage des URL dans les formulaires électroniques. Nous nous employons à résoudre le problème Dans l’intervalle, nous vous suggérons de supprimer la virgule (ou tout autre caractère spécial) apparaissant à la fin de l’URL. Veuillez nous excuser pour ce désagrément.

Services - 43515-2019

29/01/2019    S20

United Kingdom-Edinburgh: Repair and maintenance services of building installations

2019/S 020-043515

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Procurement for Housing Ltd (t/a PfH Scotland)
Postal address: L2B, 160 Dundee Street
Town: Edinburgh
NUTS code: UKM SCOTLAND
Postal code: EH11 1DQ
Country: United Kingdom
Contact person: Iain Taylor
E-mail: itaylor@pfh.co.uk
Telephone: +44 8000315405
Internet address(es):
Main address: http://www.pfhscotland.co.uk
Address of the buyer profile: https://intendhost.co.uk/procurementforhousing
I.2)Information about 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://intendhost.co.uk/procurementforhousing
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://intendhost.co.uk/procurementforhousing
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:

Capital Works and Associated Works Dynamic Purchasing System Scotland

Reference number: PFH/00000012
II.1.2)Main CPV code
50700000 Repair and maintenance services of building installations
II.1.3)Type of contract
Services
II.1.4)Short description:

Procurement for Housing have established a DPS for the delivery of compliance services projects and provision of associated works for PfH Members throughout Scotland. It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years. The opportunity has been divided into 17 categories. Organisations can apply to become qualified suppliers in one or more categories. At the Invitation to Tender stage PfH Members will define the requirements including requirements and specification, delivery model, pricing model and form of contract.

II.1.5)Estimated total value
Value excluding VAT: 33 083 333.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Electrical Testing and Maintenance

Lot No: 2
II.2.2)Additional CPV code(s)
45300000 Building installation work
45310000 Electrical installation work
50711000 Repair and maintenance services of electrical building installations
71334000 Mechanical and electrical engineering services
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Electrical Testing, Servicing and Maintenance which may include but is not limited to domestic, commercial, appliances, heating systems, renewable solutions

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Access Control

Lot No: 3
II.2.2)Additional CPV code(s)
42961100 Access control system
44221310 Access gates
50700000 Repair and maintenance services of building installations
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Service, Maintenance and Installation of door entry systems, auto opening doors, barriers & gates and associated works.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Fire and Associated – Fire Risk Assessments

Lot No: 4
II.2.2)Additional CPV code(s)
75251110 Fire-prevention services
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Provision and Completion of domestic and commercial Fire Risk Assessments and associated inspections.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Fire and Associated – Sprinkler Systems

Lot No: 5
II.2.2)Additional CPV code(s)
31625100 Fire-detection systems
31625200 Fire-alarm systems
35110000 Firefighting, rescue and safety equipment
35111500 Fire suppression system
42122110 Pumps for firefighting
44480000 Miscellaneous fire-protection equipment
44482000 Fire-protection devices
45343000 Fire-prevention installation works
45343100 Fireproofing work
45343200 Firefighting equipment installation work
45343210 CO2 fire-extinguishing equipment installation work
50413200 Repair and maintenance services of firefighting equipment
51700000 Installation services of fire protection equipment
75251110 Fire-prevention services
50700000 Repair and maintenance services of building installations
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Design, installation, replacement, servicing and maintenance of sprinkler systems, foam suppression, water deluge and associated systems and products

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Fire and Associated – Fire Doors

Lot No: 6
II.2.2)Additional CPV code(s)
44221220 Fire doors
45343000 Fire-prevention installation works
50700000 Repair and maintenance services of building installations
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Installation works which may include but not limited to door sets, cupboards, outhouses and all associated installation requirements for example canopies, including making good of apertures and porch repairs.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Fire and Associated – Emergency Lighting and Fire Equipment

Lot No: 7
II.2.2)Additional CPV code(s)
31625100 Fire-detection systems
31625200 Fire-alarm systems
35110000 Firefighting, rescue and safety equipment
35111500 Fire suppression system
42122110 Pumps for firefighting
44480000 Miscellaneous fire-protection equipment
44482000 Fire-protection devices
45312100 Fire-alarm system installation work
45343000 Fire-prevention installation works
45343200 Firefighting equipment installation work
45343210 CO2 fire-extinguishing equipment installation work
45343220 Fire-extinguishers installation work
50413200 Repair and maintenance services of firefighting equipment
51700000 Installation services of fire protection equipment
75251110 Fire-prevention services
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Design, installation, servicing and maintenance works which may include but not be limited to sprinklers, smoke & heat detectors, dry and wet risers, lightening conductors.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Asbestos – Surveying and Testing

Lot No: 9
II.2.2)Additional CPV code(s)
45262660 Asbestos-removal work
90650000 Asbestos removal services
50700000 Repair and maintenance services of building installations
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Surveying and Testing for Asbestos

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Fire and Associated – Passive Works

Lot No: 8
II.2.2)Additional CPV code(s)
31625100 Fire-detection systems
31625200 Fire-alarm systems
35110000 Firefighting, rescue and safety equipment
35111500 Fire suppression system
42122110 Pumps for firefighting
44221220 Fire doors
44480000 Miscellaneous fire-protection equipment
45312100 Fire-alarm system installation work
45343000 Fire-prevention installation works
45343100 Fireproofing work
45343210 CO2 fire-extinguishing equipment installation work
45343220 Fire-extinguishers installation work
50413200 Repair and maintenance services of firefighting equipment
51700000 Installation services of fire protection equipment
75251110 Fire-prevention services
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Installation works which may include but not limited to passive works, remedial works and compartmentalisation

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Asbestos – Removal

Lot No: 10
II.2.2)Additional CPV code(s)
45262660 Asbestos-removal work
90650000 Asbestos removal services
50700000 Repair and maintenance services of building installations
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Removal of Asbestos

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Mansafe

Lot No: 11
II.2.2)Additional CPV code(s)
34928300 Safety barriers
45233292 Installation of safety equipment
50700000 Repair and maintenance services of building installations
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Installation and Maintenance of Mansafe work items including but not limited to guard rails, roof anchors, demarcation etc.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Lifts - Installation

Lot No: 12
II.2.2)Additional CPV code(s)
42416100 Lifts
42416110 Bath lifts
42416120 Goods lifts
42416130 Mechanical lifts
42418220 Chairlifts
44115600 Stairlifts
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Installation of lifts limited but not included to high rise, low rise, goods and people, fire.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Lifts - Servicing

Lot No: 13
II.2.2)Additional CPV code(s)
42416100 Lifts
42416110 Bath lifts
42416120 Goods lifts
42416130 Mechanical lifts
42418220 Chairlifts
44115600 Stairlifts
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Servicing and Maintenance of lifts limited but not included to high rise, low rise, goods and people, fire and stairlifts.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Legionella - Testing

Lot No: 14
II.2.2)Additional CPV code(s)
45232430 Water-treatment work
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Testing for legionella within the following areas- limited but not included to evaporative cooling systems, hot and cold water systems and spa pools humidifiers, air washers, emergency showers, eye wash sprays, indoor ornamental fountains, aqueous tunnel washers, swimming pools etc

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Legionella - Treatment

Lot No: 15
II.2.2)Additional CPV code(s)
45232430 Water-treatment work
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Treatment for legionella within the following areas- limited but not included to evaporative cooling systems, hot and cold water systems and spa pools humidifiers, air washers, emergency showers, eye wash sprays, indoor ornamental fountains, aqueous tunnel washers, swimming pools etc

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 60
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Japanese Knotweed & Invasive Plants

Lot No: 16
II.2.2)Additional CPV code(s)
77312000 Weed-clearance services
77312100 Weed-killing services
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Treatment and removal of Japanese Knotweed & Other Invasive Plants

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Radon Testing and Monitoring

Lot No: 17
II.2.2)Additional CPV code(s)
90743100 Toxic substances monitoring services
71313000 Environmental engineering consultancy services
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Radon Testing and Monitoring

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Heating Servicing and Maintenance

Lot No: 1
II.2.2)Additional CPV code(s)
50720000 Repair and maintenance services of central heating
50531100 Repair and maintenance services of boilers
45331110 Boiler installation work
45300000 Building installation work
45331100 Central-heating installation work
45310000 Electrical installation work
50711000 Repair and maintenance services of electrical building installations
71334000 Mechanical and electrical engineering services
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

Serving and repair works which may include but is not limited to boilers, full central heating systems (Oil, Solid Fuel, Biomass, LPG etc.) and other associated works, plus renewable solutions (Air Source, Ground Source, Solar PV etc.)

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

II.2.14)Additional information

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:

As a minimum organisations must hold the accreditation's detailed below as applicable to the categories for which they wish to apply. Applicants are required to provide evidence of the required accreditation's in order to be admitted as an approved contractor to the dynamic purchasing system:

— Gas Safe (1) Heating Servicing and Maintenance,

— NICEIC or equivalent (2) Electrical Testing and Maintenance, (3) Access Control, (12) Lifts — Installation and/or (13) Lifts — Servicing,

— FENSA/CERTASS/FIREAS or equivalent (6) Fire and Associated — Fire Doors,

— LPCB (5) Fire and Associated — Sprinkler Systems and/or (7) Fire and Associated — Emergency Lighting and Fire Equipment,

— UKAS (9) Asbestos — Surveying and Testing,

— HSE (10) Asbestos — Removal.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Minimum 2 years of financial accounts. Minimum level(s) of standards possibly required: 5 000 000 GBP Employers’ liability insurance, 5 000 000 GBP Public liability insurance.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Applicants must be able to demonstrate the necessary capacity and capability to deliver the works/services required per category.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Will be included within the Invitation to Tender documentation issued under the dynamic purchasing system.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
IV.1.8)Information about the 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: 2018/S 245-561238
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/12/2023
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 28/12/2023
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
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.3)Additional information:

This Dynamic Purchasing System (“DPS”) may be used by any contracting authority listed in or referred to in the OJEU notice. This includes:

— all current members of Procurement for Housing at the time of the OJEU notice for this procurement,

— any registered provider of social housing (or Scottish registered social landlord) that becomes a member of Procurement for Housing during the period of the DPS,

— any public authority (as defined in the Freedom of Information Act 2000 for public authorities) in Scotland, that becomes a member of Procurement for Housing at any time during the period of the DPS,

— any local authority (as defined in the Local Government Act 1972 for public authorities in Scotland) that becomes a member of Procurement for Housing at any time during the period of the DPS,

— any housing Arm’s Length Management Organisation that becomes a member of Procurement for Housing during the period of the DPS,

— any wholly owned subsidiary of any of the above organisations,

— any other contracting authority listed on the following pages of the Procurement for Housing website — http:// procurementforhousing.co.uk/permissible-users/ and http://procurementforhousing.co.uk/members/ at the time of the OJEU notice for this procurement. These bodies are referred to collectively as “PfH Members” in this procurement process. This procurement exercise is being undertaken using an electronic procurement system. Applicants must register and access the documentation via the In Tend Portal at https://in-tendhost.co.uk/ procurementforhousing/

Note: Do not simply register interest on the Public Contracts Scotland website or via this notice as there are no documents held there. The information is only accessible through the In Tend Portal. The Contracting Authority does not intend to include a subcontract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: details will be included within the Invitation to Tender documentation issued under the Dynamic Purchasing System based on member requirements. The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: details will be included within the Invitation to Tender documentation issued under the Dynamic Purchasing System based on member requirements (SC Ref:556786).

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=571272

The Contracting Authority does not intend to include a subcontract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Details will be included within the Invitation to Tender documentation issued under the Dynamic Purchasing System based on member requirements.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Details will be included within the Invitation to Tender documentation issued under the Dynamic Purchasing System based on member requirements.

(SC Ref:571272)

VI.4)Procedures for review
VI.4.1)Review body
Official name: Procurement for Housing Ltd (t/a PfH Scotland)
Postal address: L2B, 160 Dundee Street
Town: Edinburgh
Postal code: EH11 1DQ
Country: United Kingdom
Telephone: +44 8000315405
Internet address: http://www.pfhscotland.co.uk
VI.5)Date of dispatch of this notice:
25/01/2019