Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
City Building (Glasgow) LLP
350 Darnick Street
Glasgow
G21 4BA
UK
Telephone: +44 1412872328
E-mail: maureen.mitchell@citybuildingglasgow.co.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.citybuildingglasgow.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002
I.1) Name and addresses
City Building(Contracts) LLP
Glasgow
G21 4BA
UK
E-mail: maureen.mitchell@citybuildingglasgow.co.uk
NUTS: UK
Internet address(es)
Main address: www.citybuildingglasgow.co.uk
I.2) Joint procurement
The contract involves joint procurement
I.4) Type of the contracting authority
Other: A subsidiary of two Public Bodies
I.5) Main activity
Other: Maintenace, Construction and Manufacturing
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Investment and Refurbishment Works and Dumfries and Galloway
Reference number: CBG173
II.1.2) Main CPV code
45453100
II.1.3) Type of contract
Works
II.1.4) Short description
Investment and Refurbishment Works in Dumfries and Galloway
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
Replacement of windows and doors
II.2.2) Additional CPV code(s)
45421100
II.2.3) Place of performance
NUTS code:
UKM92
Main site or place of performance:
Dumfires and Galloway
II.2.4) Description of the procurement
Replacement of Windows and Doors. Windows and doors will be manufactured and supplied by City Building(Glasgow)LLP. All ironmongery will aslo be provided. The successful bidders will provide labour, plant and consumables. The successful bidder(s) will be reponsible for removal of all waste.
II.2.5) Award criteria
Quality criterion: quality
/ Weighting: 30
Price
/ Weighting:
70
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
Replacement of Kitchens and ancillary works
II.2.2) Additional CPV code(s)
45421151
II.2.3) Place of performance
NUTS code:
UKM92
Main site or place of performance:
Dumfries and Galloway
II.2.4) Description of the procurement
Replacement of Kitchens. All kitchens, worktops and ironmongery will be provided by City Building(Glasgow) LLP. The successful bidder(s) will provide Labour plant and consumables. The successful bidder(s) will be responsible for the removal of waste.
II.2.5) Award criteria
Quality criterion: quality
/ Weighting: 30
Price
/ Weighting:
70
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
Gas Boiler replacments and renewal of Central Heating Systems
II.2.2) Additional CPV code(s)
42160000
44620000
II.2.3) Place of performance
NUTS code:
UKM92
Main site or place of performance:
Dumfries and Galloway
II.2.4) Description of the procurement
Replacements of Boilers and potentially Gas central heating systems. All boilers will be provided by City Building (Glasgow) LLP. The successful bidders will provide Labour, plant and consumables. Gas Safe accreditation is a compulsory requirement for this and will be assessed on a pass/fail basis.
II.2.5) Award criteria
Quality criterion: quality
/ Weighting: 30
Price
/ Weighting:
70
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
Restricted 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-007440
Section V: Award of contract
Lot No: 1
Contract No: CBG173
Title: Replacement of windows and doors
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section V: Award of contract
Lot No: 2
Contract No: CBG173
Title: Replacement of Kitchens and ancillary works
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section V: Award of contract
Lot No: 3
Contract No: CBG173
Title: Gas Boiler replacments and renewal of Central Heating Systems
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.3) Additional information
Economic operators may be excluded from this competition is they are in any situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The successful bidder or company working on their behalf will be required to provide evidence of a current and valid Waste Carrier Licence certificate. The final disposal site for the waste should hold an appropriate Waste Management Licence as awarded by a regulatory Authority
Non-collusion — Bidders will be required to complete the Non Collusion Certificate. Freedom of Information — Information on the FOI Act is within instruction to bidders. Bidders must note the implications of this legislation and ensure that any information they wish CBG to consider withholding is specifically indicated on the FOI Certificate.(NB City Building (Glasgow) LLP does not bind itself to withhold this information). Bidders Amendments-Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to the offer.
If so, required by CBG, the bidder will be expected to provide all documentation as specified in the SPD. This is known as a Request for Documentation. When the Request for Documentation is made, Bidders must supply the relevant information within the time stipulated. Failure to provide this information within the specified time may result in your bid being rejected. Prompt Payment -Bidders will be required to complete a prompt payment certificate Insurance Mandate - all successful bidders will be required to sign an insurance mandate
(SC Ref:677236)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
PO Box 23
1 Carlton Place
G59 9DA
UK
E-mail: glasgow@scotcourts.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
City Building (Glasgow) LLP must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 86 of The Public Contract (Scotland) Regulations 2015 (“the Regulations”). City Building (Glasgow) LLP is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that City Building (Glasgow) LLP must not enter into the contract unless the proceedings are determined, discontinued or disposed of;
or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further
clarification on the notice, to which City Building (Glasgow) LLP must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.
VI.5) Date of dispatch of this notice
15/12/2021