Section one: Contracting authority
one.1) Name and addresses
Link Group
2c New Mart Road
Edinburgh
EH14 1RL
Contact
Jane Ferri
Telephone
+44 3303030124
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12842
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 the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.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.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
Material and Product Supply (2022 – 2026/27)
Reference number
C~urb 01/2022
two.1.2) Main CPV code
- 44100000 - Construction materials and associated items
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply and delivery (or collection) of all trades materials covering both domestic housing and commercial property.
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Plumbing and Heating
Lot No
1
two.2.2) Additional CPV code(s)
- 44115200 - Plumbing and heating materials
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
See ITT document.
two.2.4) Description of the procurement
Supply and delivery (or collection) of all materials as listed in Lot 1.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Price - Weighting: 80%
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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
12mth extension subject to performance and budget/compliance approval.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Electrical
Lot No
2
two.2.2) Additional CPV code(s)
- 31681410 - Electrical materials
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
See ITT document.
two.2.4) Description of the procurement
Supply and delivery (or collection) of all materials as listed in Lot 2.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80%
two.2.6) Estimated value
Value excluding VAT: £2,500,000
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
12mth extension subject to performance and budget/compliance approval.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Kitchens
Lot No
3
two.2.2) Additional CPV code(s)
- 39141400 - Fitted kitchens
- 39141000 - Kitchen furniture and equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
See ITT document.
two.2.4) Description of the procurement
Supply and delivery (or collection) of all materials as listed in Lot 3.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Price - Weighting: 80%
two.2.6) Estimated value
Value excluding VAT: £2,000,000
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
12mth extension subject to performance and budget/compliance approval.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Bathrooms
Lot No
4
two.2.2) Additional CPV code(s)
- 39144000 - Bathroom furniture
- 44410000 - Articles for the bathroom and kitchen
- 44115210 - Plumbing materials
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
See ITT document.
two.2.4) Description of the procurement
Supply and delivery (or collection) of all materials as listed in Lot 4.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Price - Weighting: 80%
two.2.6) Estimated value
Value excluding VAT: £2,000,000
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
12mth extension subject to performance and budget/compliance approval.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Windows and Doors
Lot No
5
two.2.2) Additional CPV code(s)
- 44221000 - Windows, doors and related items
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
See ITT document.
two.2.4) Description of the procurement
Supply and delivery (or collection) of all materials as listed in Lot 5.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Price - Weighting: 80%
two.2.6) Estimated value
Value excluding VAT: £8,500,000
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
12mth extension subject to performance and budget/compliance approval.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
General Building
Lot No
6
two.2.2) Additional CPV code(s)
- 44100000 - Construction materials and associated items
- 44192000 - Other miscellaneous construction materials
- 44110000 - Construction materials
- 44111000 - Building materials
- 44115000 - Building fittings
- 44115800 - Building internal fittings
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
See ITT document.
two.2.4) Description of the procurement
Supply and delivery (or collection) of all materials as listed in Lot 6.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Price - Weighting: 80%
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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
12mth extension subject to performance and budget/compliance approval.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
All suppliers should be members of recognised industry/sector bodies representing their particular field of material and product supply, which supports both quality and service excellence. Information to be provided in SPD, Section:- A: Suitability.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Suppliers are required to hold the following levels of Insurance:
Employer's Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING.
Public Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING.
Professional Indemnity insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.1.2
Tenderers will be required to provide two (2) examples of a similar scope, size and nature, of working directly with Registered Social Landlords, Local Authority or other similar sectors within the last 3 years that demonstrates that they have the relevant experience to deliver the materials, products and services required. This should include:
- The value for each of the two contracts.
- The scope of the requirements for these two contracts.
- The organisations details for the two contracts.
- Reference contacts at the two organisations.
- The total term for each of the two contracts.
Minimum level(s) of standards possibly required
All tenderers must pass the minimum requirements as detailed in this contract notice and SPD documentation.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See ITT document.
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: 12
In the case of framework agreements, provide justification for any duration exceeding 4 years:
TBC
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
Date
14 February 2022
Local time
4:00pm
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
Tender must be valid until: 16 May 2022
four.2.7) Conditions for opening of tenders
Date
15 February 2022
Local time
9:00am
Place
Edinburgh
Information about authorised persons and opening procedure
In compliance with Procurement Policy and Process in place.
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.
Bidders responses to the SPD will be assessed on the basis of:
Questions 2A.1 – 2D.1.1 Information Only;
Questions 3A – 4C.8.2 – Pass or Fail;
Question 4C.10 –Information Only.
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=679375.
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.
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=679375.
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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Not applicable.
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:
See ITT document.
(SC Ref:679375)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom