Section one: Contracting authority
one.1) Name and addresses
City Building (Glasgow) LLP
350 Darnick Street
Glasgow
G21 4BA
maureen.mitchell@citybuildingglasgow.co.uk
Telephone
+44 1412872328
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.citybuildingglasgow.co.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002
one.1) Name and addresses
City Building(Contracts) LLP
Glasgow
G21 4BA
maureen.mitchell@citybuildingglasgow.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Other type
A subsidiary of two Public Bodies
one.5) Main activity
Other activity
Maintenace, Construction and Manufacturing
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Investment and Refurbishment Works and Dumfries and Galloway
Reference number
CBG173
two.1.2) Main CPV code
- 45453100 - Refurbishment work
two.1.3) Type of contract
Works
two.1.4) Short description
Investment and Refurbishment Works in Dumfries and Galloway
two.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:
Lot 1 and Lot 2
two.2) Description
two.2.1) Title
Replacement of windows and doors
Lot No
1
two.2.2) Additional CPV code(s)
- 45421100 - Installation of doors and windows and related components
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
Main site or place of performance
Dumfires and Galloway
two.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.
two.2.5) Award criteria
Quality criterion - Name: quality / Weighting: 30
Price - Weighting: 70
two.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 initial contract will be 12months with options to extend upto a further 36months at City Building(Glasgow) LLP'S absolute and total discretion
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
The five highest scoring bidders for question 4C.1 of the SPD, who also meet the selection criteria will progress to the Invitation to Tender (ITT) stage. Where there is a tie for 5th place, those Bidders will also be shortlisted and invited to tender
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
two.2) Description
two.2.1) Title
Replacement of Kitchens and ancillary works
Lot No
2
two.2.2) Additional CPV code(s)
- 45421151 - Installation of fitted kitchens
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
Main site or place of performance
Dumfries and Galloway
two.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.
two.2.5) Award criteria
Quality criterion - Name: quality / Weighting: 30
Price - Weighting: 70
two.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 contracts is for 12 months with options to extended upto a further 36 months as City Building (Glasgow) LLP's absolute and sole discretion.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
The five highest scoring bidders for question 4C.1 of the SPD, who also meet the selection criteria will progress to the Invitation to Tender (ITT). Where there is a tie for 5th place, those Bidders will also be shortlisted and invited to tender
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
two.2) Description
two.2.1) Title
Gas Boiler replacments and renewal of Central Heating Systems
Lot No
3
two.2.2) Additional CPV code(s)
- 42160000 - Boiler installations
- 44620000 - Central-heating radiators and boilers and parts
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
Main site or place of performance
Dumfries and Galloway
two.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.
two.2.5) Award criteria
Quality criterion - Name: quality / Weighting: 30
Price - Weighting: 70
two.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 will be for 12months with options to extend upto a further 3 6months at City Building(Glasgow) LLP's absolute and total discretion.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
The five highest scoring bidders for question 4C.1 of the SPD, who also meet the selection criteria will progress to the Invitation to Tender (ITT). Where there is a tie for 5th place, those Bidders will also be shortlisted and invited to tender
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.1.2) Economic and financial standing
List and brief description of selection criteria
tendering process: - There is a minimum financial requirement that affects Trading Performance and Liquidity.
There is also a further requirement regarding Current Liquidity , which can be met by a Letter of Comfort from the bank of the Bidder (see below)
- Trading Performance Ratio
An overall positive outcome on pre-tax profit over a 3 year period. Exceptional items can be excluded from calculation.
- Liquidity Ratios
Current Ratio - Current Assets/Current Liabilities
Leverage Ratio - Long-term Debt/Net Worth
Bidders must achieve a score of 5 and above from a combination of above two liquidity ratios.
Scoring Method
Current Ratio
Range Score
0.00 to 0.80 0
0.81 to 0.90 1
0.91 to 1.00 2
1.01 to 1.10 3
1.11 to 1.20 4
1.21 and above 5
Leverage Ratio
0.01 to 19.99 5
20.00 to 39.99 4
40.00 to 59.99 3
60.00 to 79.99 2
80.00 to 100.00 1
Intangibles can be included for purposes of the Net Worth figure.
The above ratios should be calculated on last set of accounts filed at Companies House.
Bidders must not be the subject of an insolvency process.
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.
Where the Bidder is a group of economic operators (such as a consortium), at least one of the members of that group (preferably the Lead ) must demonstrate compliance with minimum financial requirements.
Due to the negative financial consequences of the pandemic, City Building (Glasgow) LLP also requires assurance regarding current liquidity of the bidding company.
The bidder must provide a letter of Comfort from its own bank to satisfy the above financial requirement.
Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations and have available a full set of accounts for the last two individual years (e.g.; 31 March 2019 and 31 March 2020).
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 Bidders’s economic and financial standing.
Minimum level(s) of standards possibly required
Employer’s Liability
The organisation shall take out and maintain throughout the period of their services Employer’s Liability insurance to the value of at least TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period.
Public Liability
The organisation shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate.
Products Liability
The organisation shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (5,000,000GBP) POUNDS STERLING in respect of any one claim and in the aggregate.
Contract Works Insurance
The Contractor should have Contract Works insurance for the duration of the Framework Agreement. The value of each project should determine the level of Contract Works required.
The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states. No organisation may sub-let or sub-contracts any part of the commission unless the sub-contractor is similarly insured, except with City Building (Glasgow) LLP'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 SPD that the specified insurance will be obtained prior to contract award, should they be invited to tender.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.1 SPD Question
“For Works contracts only, please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice:
(Examples from both public and/or private sector customers and clients may be provided):”
CBG’s guidance for this question is detailed below-
- Provide three relevant examples from within the last five years that demonstrate your organisation 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
2 customer name, contract start and completion date and contract value.
3 a description for each example of the scope of the requirement and service provided by you demonstrating experience in installation and management of works the same or similar in scope and capacity to CBG’s requirement.
Your response to this question should not exceed, for each example, 2 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.
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 any Lot, any combination of Lots or all Lots.
Weighting
The weighting will be out of 100 with 34% attributed to example 1, 33% attributed to example 2 and 33% attributed example 3. 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.
Minimum level(s) of standards possibly required
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
Quality Assurance -ISO9001 or equivalent or procedures in place meet City Building(Glasgow) LLP's standards as detailed in the tender documents and SPD Guidance Document
Environmental Management Standards - ISO14001 or equivalent or procedures in place meet City Building(Glasgow) LLP's standards as detailed in the tender documents and SPD Guidance Document
Health and Safety - OHSAS18001 OR ISO45001 or procedures in place meet City Building(Glasgow) LLP's standards as detailed in the tender documents and SPD Guidance Document.
Gas Safe accreditation is required for Lot 3
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators will be listed in the tender documents
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-003200
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 May 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 June 2021
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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.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
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18370. 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 detailed in the ITT document
(SC Ref:648777)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
PO Box 23
1 Carlton Place
G59 9DA
Country
United Kingdom
six.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.