Contract notice
Section I: Contracting
authority
I.1) Name and addresses
City Building (Glasgow) LLP
350 Darnick Street
Glasgow
G21 4BA
UK
Telephone: +44 1412877191
E-mail: jelili.oyetunde@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
350 Darnick Street
Glasgow
G21 4BA
UK
Telephone: +44 1412872200
E-mail: marketing@citybuildingglasgow.co.uk
NUTS: UKM82
Internet address(es)
Main address: www.citybuildingglasgow.co.uk
I.1) Name and addresses
Wheatley Group
25 Cochrane Street
Glasgow
G1 1HL
UK
Telephone: +44 1412746268
E-mail: info@wheatley-group.com
NUTS: UKM82
Internet address(es)
Main address: www.wheatley-group.com
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Other: A subsidiary company of 2 public bodies
I.5) Main activity
Other: Maintenance, construction and manufacturing
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Uplift, Storage and Delivery Provision
Reference number: CBG92
II.1.2) Main CPV code
63121000
II.1.3) Type of contract
Services
II.1.4) Short description
CBG has a requirement to procure a removal, storage and delivery service. This is to supplement CBG's in-house service based at RSBi 12 Edgefauld Avenue Glasgow, G21 4BB.
The services will include removal and storage for:
— homeless clients,
— vulnerable or sick clients,
— repair works or renovation to an apartment,
— abandoned properties,
— and any other ad-hoc requirement for the service.
The removal services will, in the main, be for residential properties. The successful bidder(s) will undertake the removal, packing where required, storage and eventual redelivery. On occasion, there may be a requirement for the storage of office furniture and associated items, in this instance, CBG will deliver the items to the successful bidder for storage only with eventual redelivery being undertaken by CBG.
The tender document will provide the full scope of the requirement.
II.1.5) Estimated total value
Value excluding VAT:
1 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1 and 2.
II.2) Description
Lot No: 1
II.2.1) Title
Uplift, Storage and Delivery Service for Glasgow and West of Scotland
II.2.2) Additional CPV code(s)
63121000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow and West of Scotland.
II.2.4) Description of the procurement
CBG' has a requirement to procure a removal, storage and delivery service. This is to supplement CBG's in-house service based at RSBi 12 Edgefauld Avenue Glasgow, G21 4BB.
The services will include removal and storage for:
— homeless clients,
— vulnerable or sick clients,
— repair works or renovation to an apartment,
— abandoned properties,
— and any other ad-hoc requirement for the service.
The removal services will, in the main, be for residential properties. The successful bidder(s) will undertake the removal, packing where required, storage and eventual redelivery. On occasion, there may be a requirement for the storage of office furniture and associated items, in this instance, CBG will deliver the items to the successful bidder for storage only with eventual redelivery being undertaken by CBG.
The tender document will provide the full scope of the requirement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract is for 2 year with options to extend up to a further 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
Lot No: 2
II.2.1) Title
Uplift, Storage and Delivery Provision for Edinburgh and East of Scotland
II.2.2) Additional CPV code(s)
63121000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Edinburgh and East of Scotland.
II.2.4) Description of the procurement
Uplift, storage and delivery provision for Edinburgh and East of Scotland.
CBG' has a requirement to procure a removal, storage and delivery service. This is to supplement CBG's in-house service based at RSBi 12 Edgefauld Avenue Glasgow, G21 4BB.
The services will include removal and storage for:
— homeless clients,
— vulnerable or sick clients,
— repair works or renovation to an apartment,
— abandoned properties,
— and any other ad-hoc requirement for the service.
The removal services will, in the main, be for residential properties. The successful bidder(s) will undertake the removal, packing where required, storage and eventual redelivery. On occasion, there may be a requirement for the storage of office furniture and associated items, in this instance, CBG will deliver the items to the successful bidder for storage only with eventual redelivery being undertaken by CBG.
The tender document will provide the full scope of the requirement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract is for 2 years with options to extend up to a further 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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:
There is a minimum financial requirement that affects trading performance and balance sheet strength. Financial requirements should be calculated on latest filed accounts with Company House. For non-UK Companies, ratios should be calculated on information contained in most recent audited accounts.
Trading performance
Applicants must have attained the undernoted:
— positive pre-tax profits for most recent financial year or,
— an overall positive outcome on pre-tax profits over a 3 year period.
Exceptional items can be excluded from the calculation.
The above would be expressed in the ratio pre-tax profit/turnover.
Balance sheet strength.
Net worth of the organisation must be positive.
Intangibles can be included for purposes of the total assets figure.
The above would be expressed in the ratio total assets/total liabilities.
Bidders who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading.
Bidders who do not comply with the above financial requirements but are part of a group, can provide a parent guarantee if the parent company satisfies the financial requirements stipulated above.
CBG reserves the right, at its own discretion, to seek such other information from the bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the bidder’s economic and financial standing.
Minimum level(s) of standards required:
Bidders must hold or commit to obtain prior to the commencement of the contract if successful the following insurances
Employer’s liability
The organisation/consultant shall take out and maintain throughout the period of their services employer’s liability insurance to the value of at least ten million pounds sterling (10 000 000 GBP) in respect of any one claim and unlimited in the period.
Public liability
The organisation/consultant shall take out and maintain throughout the period of their services public liability insurance to the value of at least five million pounds sterling (5 000 000 GBP) in respect of any one claim and unlimited in the period.
Motor insurance
The organisation/consultant shall take out and maintain throughout the period of their services, at least statutory motor insurance cover as per the Road Traffic Act 1988.
The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states. No organisation may sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, except with CBG’S express permission in writing. It is the express responsibility of the lead organisation to ensure this is the case.
Should the bidder not have the specified insurances at the time of expressing an interest then the bidder must certify in their response to this ESPDS that the specified insurance will be obtained prior to contract award, should they be successful.
Confirmation of insurances
The bidder is required to confirm that these levels of insurance would be in place should the bidder be awarded this contract.
If the bidder does not have the specified insurances or not certify an undertaking to do so, this will result in the Bidder not being taken to the next stage in the evaluation process.
Bidders who do not currently have the required level of insurance and who indicate that they are not willing to obtain the appropriate level of insurance (prior to the commencement of the contract if their bid is successful) will be rejected.
CBG reserves the right to request copies of insurance certificates from bidders at any point during the contract period.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
ESPDS Question 4C.1.2:
Provide 2 relevant examples from within the last 3 years that demonstrate your organization has the relevant and necessary skills, expertise and experience to deliver the service required by CBG. For each relevant example the following information should be provided but is not limited to:
1) An overview of the contract including customer name, contract start and completion date and contract value;
2) A thorough and detailed description for each example of the scope of the requirement and service provided by you demonstrating experience in a contract the same or similar in scope and complexity to City Building (Glasgow) LLP's requirement.
The above information should be submitted for each lot that the bidder is applying for. Your response should clearly detail which lot you are applying for. Bidders can apply for Lot 1, 2 or both lots.
Your response to this question should not exceed, for each example, 2 No X A4 sides, this page count includes all text (Arial font 11), photographs, figures and diagrams.
Where a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages beyond the maximum.
Weighting
The weighting will be out of 100 with 50 % attributed to each example. A minimum pass mark of 60 out of 100 is required overall for this question. Any bidder who fails to achieve the minimum score for this question will be excluded from the process at this stage and the price submission will not be considered.
Minimum level(s) of standards required:
Quality assurance — ISO9001 or equivalent or procedures in place to meet City Building (Glasgow) LLP's standards as detailed in the tender documents and ESPD(S)
Guidance document
Environmental management standards — ISO14001 or equivalent or procedures in place to meet City Building (Glasgow) LLP's standards as stated in the tender documents and ESPD(S) guidance document.
Health and safety — as detailed in tender documents and ESPD(S) guidance document.
Refer to City Building Glasgow (LLP)'s ESPD(S) guidance document for further information.
This document can be found within the buyers attachment area on PCS-T portal.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Key performance indicators are listed in the tender documents.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 6
Justification for any framework agreement duration exceeding 4 years: N/A
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:
2019/S 104-252396
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/03/2020
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/03/2020
Local time: 12:00
Place:
City Building (Glasgow) LLP's premises at 350 Darnick Street, Glasgow, G21 4BA.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Approximately 4 years.
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
Economic operators may be excluded from this competition if they are in any situation referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Bidders amendments — bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to the offer. Bidders will be required to complete the Bidders Amendment Certificate contained in the buyers attachment area of PCS-T.
Non collusion — bidders will be required to complete the Non Collusion Certificate contained within the buyers attachment area of PCS-T.
Freedom of information — information on the FOI Act is within the Instruction to bidders. Bidders must note the implications of this legislation and ensure that any information they may wish City Building (Glasgow) LLP to consider withholding is specifically indicated on the FOI Certificate contained within the buyers attachment area of PCS-T (n.b. City Building (Glasgow) LLP does not bind itself to withhold this information.
Waste carrier licence — the successful bidder or company working on their behalf will be required to submit a copy of their Waste Carrier Licence Certificate. A copy of the waste transfer notes will be periodically required during the term of the contract.
The final disposal site for the waste should hold an appropriate waste management licence as awarded by a regulatory authority, details of this licence should be documented on all waste transfer notes relating to the disposal of waste household goods.
The successful bidder will be required to submit a copy of the waste management licence held by the final disposal site for the waste. Adherence to all environmental legislation will be monitored by CBG throughout the term of the contract.
Disclosure Scotland
The successful bidder will be required to hold a protecting vulnerable scheme (PVG) scheme for each operator to be involved in the uplift, removal and delivery service.
Additional information relevant to this tender can be found in the tender documents, terms and conditions, and ESPD(S) guidance document located in the buyer attachment area of Public Contract Scotland — Tender (PCS-T).
Request for documentation
If so, required by CBG, the bidder will be expected to provide all documentation as specified in the ESPD(S). 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 14618. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community benefits will be mandatory on a Pass/Fail basis and will therefore not be evaluated as part of the tender evaluation. Community benefits will therefore be a contractual requirement and form part of the awarded contact. The successful bidder will be obliged to deliver their commitments. This element will be monitored continuously throughout the contract life and measured via KPI’s.
Bidders must commit to paying 0,5 % of the annual income derived from this contract with CBG to community benefits the detail of which to be determined by CBG, acting reasonably, following constructive discussions with the successful bidder.
(SC Ref:591680)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
Internet address(es)
URL: http://www.citybuildingglasgow.co.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. City Building (Glasgow) LLP 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 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 Sherriff Court or the Court of Session where as a consequence of a breach by City Building (Glasgow)LLP, 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 detailedin the Regulations. Economic operators can write to City Building (Glasgow) LLP seeking further clarification onthe 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
06/02/2020