Tender

Supply and Delivery of Double / Triple Glazed Units and Door / Window Hardware to the Falkirk Council Area

  • Falkirk Council

F02: Contract notice

Notice identifier: 2023/S 000-004759

Procurement identifier (OCID): ocds-h6vhtk-03a623

Published 16 February 2023, 12:39pm



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

Abbotsford House, David's Loan

Falkirk

FK2 7YZ

Email

cpu@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Delivery of Double / Triple Glazed Units and Door / Window Hardware to the Falkirk Council Area

Reference number

TCC/005/23

two.1.2) Main CPV code

  • 44221111 - Double-glazed units

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Council propose to enter into a Framework Agreement for the Supply and Delivery of Double / Triple Glazed Units, Single Glazed Sheets and Door and Window Hardware to various locations within the Falkirk Council Area.

The Framework Agreement will be awarded on a Lot by Lot basis. The Authority at all times reserves the right to award all, some, part or none of the Lots. The framework consists of 2 Lots; it is intended that up to 5 Contractors per Lot are to be appointed.

two.1.5) Estimated total value

Value excluding VAT: £740,000

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

Lot 1 Double / Triple Glazed Units and Single Glazed Sheets

Lot No

1

two.2.2) Additional CPV code(s)

  • 44221111 - Double-glazed units
  • 14820000 - Glass

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk Council Area

two.2.4) Description of the procurement

Lot 1 Double / Triple Glazed Units and Single Glazed Sheets

Typical materials required include:

- Double Glazed Unit, Gas Filled Sealed Units (90% Argon, 10% Air)

- Triple Glazed Unit, Gas Filled Sealed Units (90% Argon, 10% Air)

- Single Glazed Sheets, 4mm / 6mm, Clear / Obscure / Toughened

- Single Glazed Sheets, Laminate

- Glazing Sundries

Please refer to ITT documentation and appendices, enclosed in appropriate Public Contracts Scotland Tender (PCS-T) envelopes

Approximate framework term Lot Value 232 000 GBP (31%)

two.2.5) Award criteria

Quality criterion - Name: A1 Timescale Management (8/25) / Weighting: 8

Quality criterion - Name: A2 Contract Management (6/25) / Weighting: 6

Quality criterion - Name: A3 Resources (6/25) / Weighting: 6

Quality criterion - Name: A4 Fair Work First (5/25) / Weighting: 5

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £232,000

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

Start date

1 July 2023

End date

30 June 2027

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) Description

two.2.1) Title

Lot 2 Door and Window Mechanisms

Lot No

2

two.2.2) Additional CPV code(s)

  • 44521110 - Door locks
  • 44500000 - Tools, locks, keys, hinges, fasteners, chain and springs
  • 44520000 - Locks, keys and hinges

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk Council Area

two.2.4) Description of the procurement

Lot 2 Door and Window Mechanisms

Typical materials required include but are not limited to:

- Tilt and Turn Window Gearing,

- Window Hinges, side hung

- Door / Window Seals, seals gaps 4.5mm - 8mm, with life time guarantee

- Cockspur Window Handles, manufactured from zinc alloy to ZL3 and pre-treated and coated.

The Lot 2 requirement includes Maintenance Technical Assessment and Repair of existing door / window hardware.

Please refer to ITT documentation and appendices, enclosed in appropriate Public Contracts Scotland Tender (PCS-T) envelopes

Approximate framework term Lot Value 508,000 GBP (69%)

two.2.5) Award criteria

Quality criterion - Name: B1 Timescale Management (8/25) / Weighting: 8

Quality criterion - Name: B2 Maintenance Technical Assessment and Repair (4/25) / Weighting: 4

Quality criterion - Name: B3 Contract Management (4/25) / Weighting: 4

Quality criterion - Name: B4 Resources (4/25) / Weighting: 4

Quality criterion - Name: B5 Fair Work First (5/25) / Weighting: 5

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £508,000

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

Start date

1 July 2023

End date

30 June 2027

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


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

It is a requirement of this tender that if the Bidder is UK based they must hold a valid registration with Companies House. Where the Bidder is UK based but not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given.

Lot 2 Only - Participant Premises

It is a requirement that successful Participants for Lot 2 Only have facilities, or commit to having facilities, within the Council boundary by contract start date that allows the Council within 1 hour, to collect goods or materials as required.

Those Participants with no facility based within the Falkirk Council boundary, and who do not commit to having such a facility by contract start date, if successful in framework award, that allows the Council to meet our service requirements, will be deemed non-compliant and their bid will be rejected.

Please refer to section 1.13, Part 2A of PCS-Tender TCC/005/23 Qualification Envelope (SPD) and to TCC00523 Appendix B, Boundary Map of Falkirk Area

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Selection Criteria is outlined in the online PCST Qualification Envelope (SPD):

Bidders will be required to state the annual turnover of the bidding entity for the last 3 years.

Where turnover information is not available for the time period requested, the bidder will be required to state the date on which they were set up / started trading.

A Creditsafe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100, the Bidder may be excluded from the tender process unless suitable financial information is provided that give satisfactory assurances to the Council regarding financial risk in appointing the bidder to the proposed Framework.

Minimum level(s) of standards possibly required

Public Contracts Regulations 2015 state that before awarding the contract, the Contracting Authority shall require the tenderer(s) to submit up to date supporting documents. This includes the insurance requirements stated in the Qualification Envelope (SPD within PCST):

Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.

Product and Public Liability Insurance = 10 000 000 GBP.

Bidders who do not meet the criteria above may be excluded from further participation in this procurement exercise.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Participant / Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. As outlined in PCST Qualification Envelope (SPD) section 1.74.1

OR

The Participant / Bidder must provide responses in relation to 4D.1.4 A through to K in the document SPD (Scotland) Standard Statements v1.1

Minimum level(s) of standards possibly required

Any recorded fail shall result in your submission being non compliant and excluded from the process.

For details of any relevant weighted scoring methodology elements for online SPD PCS module Section / Part 4D, and for ITT Award Criteria, including how each individual element is scored, please refer to Scoring of Submissions, scorecard system within ITT documentation.

Only the information you provide specifically within the response to each question will be considered in evaluating your answer to that particular question. If supporting documentation is used in responding to a question, the documentation must be clearly referenced within the answer and the particular section within the attached document specified clearly.

Exclusion: 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. Please refer the ITT and related documentation on PCS Tender.


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: 10

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

20 March 2023

Local time

11:00am

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 March 2023

Local time

11:00am

Place

Falkirk

Information about authorised persons and opening procedure

Tender Opening Committee comprising Council Procurement Adviser


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: January 2027

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

Where required, scoring of Selection Criteria, including but not limited to Quality Assurance Schemes (SPD 4D) as outlined in the Qualification Envelope (SPD) on PCST, will be evaluated using the scorecard system detailed in the ITT document (Scoring of submissions).

Coronavirus (COVID-19) Scottish Government Guidance

The Contractor shall fully comply with any and all relevant current Scottish Government guidance for businesses in Scotland.

Bidders in so far as they are known, are requested to list the details of any subcontractors they propose to use.

Bidders are advised to allow adequate time to submit their electronic response well in advance of the closing time to avoid any last minute problems.

Please ensure you give sufficient time to attach all required documentation for your submitted response, via Public Contracts Scotland Tender in advance of deadline. We will not be able to accept any submissions after this deadline.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21835. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

All Contractors on the Framework will be required to provide a period of six weeks paid work experience when the cumulative level of spend detailed below is reached. Trainees are to be obtained from a source agreed by the Council. The employed status training opportunity can be across a range of disciplines to be determined by the successful Contractor. The Contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.

1st Opportunity: cumulative spend exceeds 100k GBP

2nd Opportunity: cumulative spend exceeds 200k GBP

3rd Opportunity: cumulative spend exceeds 300k GBP

4th Opportunity: cumulative spend exceeds 400k GBP

Please refer to ITT document for full details

(SC Ref:717457)

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace Court

Sheriff Court House, Main Street, Camelon

Falkirk

FK1 4AR

Country

United Kingdom

Internet address

http://www.falkirk.gov.uk