Tender

ng homes Framework Agreement for Stonework Repairs: 2024-2028

  • ng homes

F02: Contract notice

Notice identifier: 2023/S 000-030841

Procurement identifier (OCID): ocds-h6vhtk-040d3f

Published 19 October 2023, 9:25am



The closing date and time has been changed to:

4 December 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

ng homes

50 Reidhouse Street

Glasgow

G21 4LS

Email

info@nghomes.net

Telephone

+44 1415606000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.nghomes.net

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13703

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from another address:

Ewing Somerville Partnership (Scotland) Ltd

40 Speirs Wharf

Glasgow

G4 9TH

Email

info@ewing-somerville.com

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.ewingsomerville.co.uk

Tenders or requests to participate must be submitted electronically via

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

ng homes Framework Agreement for Stonework Repairs: 2024-2028

Reference number

ESP 4744

two.1.2) Main CPV code

  • 45262510 - Stonework

two.1.3) Type of contract

Works

two.1.4) Short description

ng homes wishes to appoint up to three contractors to the Framework Agreement for undertaking ad-hoc stonework repairs to traditional sandstone properties as may be required from time to time over the course of the Framework.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45262510 - Stonework

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Springburn, Possilpark & Balornock

two.2.4) Description of the procurement

This is a regulated Works contract procurement. The Procurement Route is via the Public Contracts Scotland ‘Open’ competitive tendering process.

Following evaluation of the tenders received, and on the basis of a price and quality assessment, it is envisaged that up to three Contractors will be appointed to the Framework Agreement. Once appointed to the Framework, works will be ordered at the discretion of ng homes and there will be no guarantees provided to any Contractor regarding the quantity of work that will be instructed over the course of the Framework.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

Framework Contractors shall be registered member of the Stone Federation Great Britain (or equivalent industry organisation demonstrating competence).

The head stonemason assigned to this project must have at least one of the following qualifications: NPA Masonry Conservation and/or Advanced Craft and/or Stonemasonry TAPS.


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

The relevant requirement is set out in the SPD, Part IV Selection Criteria [4A1a] Enrolment in a relevant professional register. The following statement clarifies the requirement:

If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

The relevant trade register in the UK is the Companies House Register - ://www.gov.uk/government/organisations/companies-house or equivalent in other countries.

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.2.3) 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

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: 3

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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

20 November 2023

Local time

12:00pm

Changed to:

Date

4 December 2023

Local time

12:00pm

See the change notice.

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 November 2023

Local time

12:00pm


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

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.

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=747265.

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.

(SC Ref:747265)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=747265

six.4) Procedures for review

six.4.1) Review body

Glasgow Sherrif Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom