Section one: Contracting authority
one.1) Name and addresses
ng homes
50 Reidhouse Street
Glasgow
G21 4LS
Telephone
+44 1415606000
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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