Construction Tenders

Sun October 20 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 17th Jan 2024

Tender Details
Referenceocds-h6vhtk-04163d
Common Procurement VocabularyRepair and maintenance services of building installations
Procurement MethodOpen procedure
Value£185,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 17th Jan 2024

Tender Details
Referenceocds-h6vhtk-04163d
Common Procurement VocabularyRepair and maintenance services of building installations
Procurement MethodOpen procedure
Value£185,000

Section I: Contracting authority

I.1) Name and addresses

Trafalgar Housing Association Ltd

430a Dumbarton Road, Dalmuir

Clydebank

G81 4DX

Email

admin [at] trafalgarha.co.uk

Telephone

+44 1419524676

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

https://trafalgarha.co.uk/

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.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

Email

info [at] brownandwallace.co.uk

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/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Reactive Maintenance and Investment Works Contractor Framework - Plumbing Work

II.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: £185,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.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

II.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

Dalmuir, Clydebank, Scotland

II.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.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Quality criterion - Name: Price / Weighting: 20

Price - Weighting: 20

II.2.6) Estimated value

Value excluding VAT: £185,000

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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).

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Details of contract performance conditions are contained in the ITT.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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.

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-032847

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

Date

16 February 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

16 February 2024

Local time

1:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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

VI.4) Procedures for review

VI.4.1) Review body

Dumbarton Sheriff Court and Justice of the Peace Court

Sheriff Court House, Church Street

Dumbarton

G82 1QR

Country

United Kingdom