Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Telephone: +44 1412776907
E-mail: steven.chandler@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Statutory Private Sector Housing Repairs Framework
Reference number: GCC005971CPU
II.1.2) Main CPV code
45211340
II.1.3) Type of contract
Works
II.1.4) Short description
Establishment of a multi-lot framework agreement for the provision of statutory private sector housing repairs.
II.1.5) Estimated total value
Value excluding VAT:
12 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Statutory Repairs to Privately Owned Properties (Minor Works up to 499,999 GBP)
II.2.2) Additional CPV code(s)
45211340
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement
The purpose of the Statutory Repairs framework is to make the buildings wind and water-tight and structurally secure, carrying out all necessary repairs to common areas and undertaking essential repairs within individual properties where these are required to safeguard the integrity of the building and ensure that all properties meet the tolerable standard on completion of the works.
In Listed building and conservation areas - work will be carried out to comply with the council policies and procedures (slate, cast iron, replacement stone, stone indents, re-buildings chimneys).
All works must comply with statutory Planning and Building Control Requirements
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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 Regulation 58 of The Public Contracts (Scotland) Regulations 2015.
Lot No: 2
II.2.1) Title
Statutory Repairs to Privately Owned Properties (Major Works 500,000 GBP and Above))
II.2.2) Additional CPV code(s)
45211340
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement
The purpose of the Statutory Repairs framework is to make the buildings wind and water-tight and structurally secure, carrying out all necessary repairs to common areas and undertaking essential repairs within individual properties where these are required to safeguard the integrity of the building and ensure that all properties meet the tolerable standard on completion of the works.
In Listed building and conservation areas - work will be carried out to comply with the council policies and procedures (slate, cast iron, replacement stone, stone indents, re-buildings chimneys).
All works must comply with statutory Planning and Building Control Requirements
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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 Regulation 58 of The Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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.
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:
19/04/2024
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/04/2024
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:
August 2028
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26191. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
As detailed in tender documents.
(SC Ref:759699)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Glasgow
G5 9DA
UK
Internet address(es)
URL: www.scotcourts.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Glasgow City Council ("the council") 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, conclude the framework agreement or establish a dynamic purchasing system. 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 85(1) of the Public Contracts (Scotland) Regulations 2015 ("The Regulations"). The Council 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 the council must not enter into the contract, conclude the
framework agreement or establish the dynamic purchasing system 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 the Council 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
13/03/2024