Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
contractstrategy@northlan.gov.uk
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.northlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
MTC for UPVC Door and Window Repairs and Maintenance 2022-2026
Reference number
NLC-CPT-21-045 / HO WN 21 037
two.1.2) Main CPV code
- 45421100 - Installation of doors and windows and related components
two.1.3) Type of contract
Works
two.1.4) Short description
The requirement is for the repair and maintenance of UPVC windows and doors (including associated finishes and builders work) and the ad-hoc replacement of UPVC windows and doors, as required, to the Council’s Housing stock throughout the geographical area of North Lanarkshire. The contract scope also includes for repairs to aluminium windows, and repairs/ ad-hoc replacement of triple glazing and composite doors.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £7,500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 44221000 - Windows, doors and related items
- 45421130 - Installation of doors and windows
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
North Lanarkshire Council area
two.2.4) Description of the procurement
There is an ongoing requirement for a qualified and competent contractor to carry out the following:
maintenance and repair of residential properties windows and doors at various locations throughout North Lanarkshire;
ad-hoc replacement of windows and doors where agreed with / instructed by the Contract Administrator;
maintaining records of repairs/maintenance carried out, replacement components installed and repairs/ defects reported and completed (format and content of records to be confirmed by the Contract Administrator);
Works issued in line with the priority code identified from diagnosis of the repair, and;
Liaising with other contractors where and when required.
two.2.5) Award criteria
Quality criterion - Name: End User Satisfaction / Weighting: 30%
Quality criterion - Name: Programme Adherence / Weighting: 30%
Quality criterion - Name: Health & Safety and Environmental / Weighting: 25%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Quality criterion - Name: Community Benefits (offered for the minimum contract period of 17 months) / Weighting: 5%
Quality criterion - Name: Community Benefits (offered for the duration of the possible 3 month extension periods) up to 24 months) / Weighting: 2.5%
Quality criterion - Name: Community Benefits Supporting Methodologies / Weighting: 2.5%
Price - Weighting: 60%
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
Candidates should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Candidate's submission being rejected. 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.
DEADLINE FOR QUESTIONS IS 13/1/2022 AT 12:00.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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 000-030937
Section five. Award of contract
Contract No
NLC-CPT-21-045
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 April 2022
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Walker Profiles
35 A Range Rd, Motherwell
Motherwell
ML1 2HR
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £7,500,000
Section six. Complementary information
six.3) Additional information
The information required in Part II of the SPDS is for information only and will therefore not be assessed. The Council may however choose not to select Bidders who cannot provide basic company information.
Bidders must ensure that they submit appropriate SPDS completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the SPDS.
Bidders unable to complete SPDS Part IV: Concluding Statements may be excluded from the competition.
The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Candidate then the Candidate must provide, at the time of submitting the ITT, written confirmation of the signatory's authority to submit the ITT. Bidders should note that all documents listed in ITT Section 12 "Checklist of Required Documents" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant.
Quality Questions - Minimum Score – If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant.
Declaration of Non-involvement in Serious Organised Crime - In the case of any criminal history checks, the Council may exclude Bidders where the information provided to the Council by the Police Service of Scotland does not validate fully the information provided by the Bidder. Failure to disclose information that is relevant to this section or serious misrepresentation in relation to the information disclosed will result in exclusion from the Procurement or the termination of any subsequent contract that may be/has been awarded.
(SC Ref:691738)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.