Awarded contract

Investment and Refurbishment Works and Dumfries and Galloway

  • City Building (Glasgow) LLP
  • City Building(Contracts) LLP

F03: Contract award notice

Notice reference: 2021/S 000-031202

Published 15 December 2021, 10:25am



Section one: Contracting authority

one.1) Name and addresses

City Building (Glasgow) LLP

350 Darnick Street

Glasgow

G21 4BA

Email

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

Email

maureen.mitchell@citybuildingglasgow.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.citybuildingglasgow.co.uk

one.2) Information about joint procurement

The contract involves joint procurement

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

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.2.11) 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.2.11) 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.2.11) 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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 000-007440


Section five. Award of contract

Contract No

CBG173

Lot No

1

Title

Replacement of windows and doors

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

CBG173

Lot No

2

Title

Replacement of Kitchens and ancillary works

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

CBG173

Lot No

3

Title

Gas Boiler replacments and renewal of Central Heating Systems

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

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

(SC Ref:677236)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

PO Box 23

1 Carlton Place

G59 9DA

Email

glasgow@scotcourts.gov.uk

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.