Contract notice
Section I: Contracting
authority
I.1) Name and addresses
South Ayrshire Council
County Buildings, Wellington Square
Ayr
KA7 1DR
UK
Telephone: +44 3001230900
E-mail: procurement@south-ayrshire.gov.uk
NUTS: UKM94
Internet address(es)
Main address: http://www.south-ayrshire.gov.uk/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
CE-69-22 - Framework Agreement for Internal Housing Refurbishment Works
II.1.2) Main CPV code
45211000
II.1.3) Type of contract
Works
II.1.4) Short description
Framework Agreement for Internal Housing Refurbishment Works
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45210000
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
South Ayrshire Council is using a two-stage tendering procedure to establish a Framework Agreement for a two (2) year duration with an option to extend for a further two (2) years with up to 3 suitably experienced Contractors, who can carry out internal modernisation works within council owned residential properties throughout South Ayrshire.
The extent of the works is unknown at present but may include works to occupied or void general needs housing and/or amenity/sheltered housing type accommodation, which may include single storey bungalows, multiple storey flats, 2 and 3 storey houses and specialist accommodation. Further details can be found within the CE-69-22 Project Brief document.
The Contract will follow the two-stage Restricted Procedure with bidders being selected on the basis of the responses contained in the pre-qualifying SPD.
Bidders will be expected have the capability, capacity, financial and economic standing and experience to perform the proposed works.
SPDs must be completed in full with all relevant information supplied. The Framework Agreement will be awarded on the basis of Most Economically Advantageous Tender, with specific evaluation criteria detailed within the Invitation to Tender and contract documents.
Bidders should note that for reasons of confidentiality, full Tender specification and supporting information will be made available only to those Bidders that are selected to proceed to the Invitation to Tender Stage.
Sufficient detail is provided within this Contract Notice and within the SPD to enable the Bidder to decide whether to participate in this process.
It is the intention of SAC to appoint three (3) bidders to the framework.
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: 24
This contract is subject to renewal: Yes
Description of renewals:
(+1) (+1)
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
SELECT OR NIC EIC
GAS SAFE
Evidence for this requirement will be requested at the “Request For Documentation” Stage.
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.2.2) Contract performance conditions
Contract performance conditions stated in the procurement documents
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 establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
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:
27/06/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
01/07/2022
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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Estimated timing for further notices to be published – May 2026
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
Additional information provided within Procurement documents.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21455. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
No, the Council will not be using the Public Contracts Scotland, standard Sub-Contract Clause
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:
Community Benefits clauses detailed within Procurement documents.
(SC Ref:695066)
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
27/05/2022