Section one: Contracting authority
one.1) Name and addresses
Trafalgar Housing Association Ltd
430a Dumbarton Road, Dalmuir
Clydebank
G81 4DX
Telephone
+44 1419524676
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from another address:
Brown + Wallace
22 James Morrison Street
Glasgow
G1 5PE
Telephone
+44 1415528881
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
https://www.brownandwallace.co.uk
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Reactive Maintenance and Investment Works Contractor Framework - Plumbing Work
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
Contractor Framework for reactive plumbing repairs, void repairs and planned investment work to the Association's housing stock in Dalmuir, Clydebank.
two.1.5) Estimated total value
Value excluding VAT: £185,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 45330000 - Plumbing and sanitary works
- 45211310 - Bathrooms construction work
- 45332200 - Water plumbing work
- 45421151 - Installation of fitted kitchens
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
Dalmuir, Clydebank, Scotland
two.2.4) Description of the procurement
The scope of services to be delivered under this notice, includes but is not limited to, plumbing works associated with reactive repairs and void repairs together with elements of planned investment work to the Buyers housing stock over the period of the framework. Further details will be contained in the ITT.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Quality criterion - Name: Price / Weighting: 20
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £185,000
two.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
The duration of this service provision shall 36 months which can be extended (at the sole discretion of the Contracting Authority) for two further periods of one year.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Candidates must be members of the Scottish and Northern Ireland Plumbing Employers' Federation (SNIPEF).
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Details of contract performance conditions are contained in the ITT.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
In the case of framework agreements, provide justification for any duration exceeding 4 years:
1. Suppliers are expected to invest in community benefits opportunities through training and job creation and a longer framework duration is considered more appropriate to delivering this.2. The Purchasing Authority require to invest a significant amount of time and resources into the procurement process and the longer duration is required to reduce this administrative burden.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-032847
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 February 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
16 February 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Contracting Authority may call off services or works from the framework agreement in accordance with the terms and conditions set out therein. Any call off contract shall be awarded to the most suitable supplier based on the criteria and evaluation method established in the framework agreement.
The Contracting Authority reserves the right to
i. rotate the call off services or works among the suppliers in the framework agreement
ii. directly appoint a framework member for the provision of services or works without further competition in cases of exceptional circumstances, where there is no other capable supplier available or where there is an urgent need to provide the services or works.
iii. undertake a mini-competition among the suppliers in the framework agreement for the provision of services or works when the Contracting Authority determines that a mini-competition is necessary to promote competition, ensure value for money, or achieve other procurement objectives
iv. not call off any goods, services or works from the framework agreement, in whole or in part, at any time without incurring any liability to the suppliers. The Contracting Authority may terminate the call off contract at any time in accordance with the provisions set out in the framework agreement.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=755180.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
The Contractor shall provide community benefits that are aligned with the Contracting Authority's social, economic, and environmental objectives, and that contribute to the well-being of the local community and the wider public. Community benefits may include, but are not limited to:
i. Creating employment and training opportunities for local people, including apprenticeships, work placements, and skills development programs.
ii. Promoting equality, diversity, and inclusion, by ensuring that the workforce and the supply chain reflect the diversity of the local community, and by providing accessible services and facilities for all users.
iii. Supporting local charities, community groups, or public services, by providing donations, sponsorship, or volunteering opportunities.
iv. Any other activities that contribute to the social, economic, or environmental well-being of the local community and the wider public.
Further details will be contained in the procurement documents.
(SC Ref:755180)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=755180
six.4) Procedures for review
six.4.1) Review body
Dumbarton Sheriff Court and Justice of the Peace Court
Sheriff Court House, Church Street
Dumbarton
G82 1QR
Country
United Kingdom