Section one: Contracting authority
one.1) Name and addresses
Procurement for Housing Ltd (t/a PfH Scotland)
95 McDonald Road
Edinburgh
EH7 4NS
Telephone
+44 1925282387
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA18142
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Kitchens Windows and Doors - 2020
two.1.2) Main CPV code
- 44111000 - Building materials
two.1.3) Type of contract
Supplies
two.1.4) Short description
PfH Scotland wish to establish a framework agreement for Kitchens, Windows and Doors over three lots. This
will include:
— supply of windows and doors
— supply and install of windows and doors
- Supply of kitchens
The contract is to cover Scotland on a national basis.
The duration of the framework agreement is to be 4 years.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £20,000,000
two.2) Description
two.2.1) Title
Lot 1 - Windows and Doors (Supply Only)
Lot No
1
two.2.2) Additional CPV code(s)
- 44221000 - Windows, doors and related items
- 44221100 - Windows
- 44221120 - French windows
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The following minimum requirements of this Lot include but are not limited to:
-National geographical coverage to supply Windows and Doors products to a potential 50 plus PfH Scotland members (including those with multiple sites) in Scotland;
-a core list of Windows and Doors items including but not limited to the supply of; UPVC Windows and Doors, Composite Doors, Fire Rated Doorsets, Timber Windows and Doors, Secondary Glazing and all other associated products, services and works
- will require any fire doorsets to be CE Marked and fully tested on a primary basis by a UKAS accredited test house.
Contract periods may vary from an expected minimum 12 months to an expected maximum of 4 years or will be project based. However, PfH Scotland members will be free to select the most appropriate contract period for their needs which may vary from these expected periods.
two.2.5) Award criteria
Quality criterion - Name: Quality, Technical Merit and Customer Service / Weighting: 50%
Price - Weighting: 50%
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 3 - Kitchens (Supply Only)
Lot No
3
two.2.2) Additional CPV code(s)
- 39141400 - Fitted kitchens
- 45421151 - Installation of fitted kitchens
- 44211400 - Field kitchens
- 39141000 - Kitchen furniture and equipment
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
- 39221000 - Kitchen equipment
- 39221100 - Kitchenware
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The following minimum requirements of this Lot include but are not limited to:
-National geographical coverage to supply Kitchen products &/or services &/or works to a potential 50 plus PfH Scotland members (including those with multiple sites) in Scotland
-a core list of Kitchen items including but not limited to the supply of; kitchen cupboards, units, worktops, sinks and all other associated products, services and works
Contract periods may vary from an expected minimum 12 months to an expected maximum of 4 years or will be project based. However, PfH Scotland members will be free to select the most appropriate contract period for their needs which may vary from these expected periods.
two.2.5) Award criteria
Quality criterion - Name: Quality, Technical Merit and Customer Service / Weighting: 50%
Price - Weighting: 50%
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 - Windows and Doors (Supply and Install)
Lot No
2
two.2.2) Additional CPV code(s)
- 44221000 - Windows, doors and related items
- 44221100 - Windows
- 44221120 - French windows
- 45421100 - Installation of doors and windows and related components
- 45421130 - Installation of doors and windows
- 45421132 - Installation of windows
- 45421140 - Installation of metal joinery except doors and windows
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The following minimum requirements of this Lot include but are not limited to:
-National geographical coverage to supply and install Windows and Doors products to a potential 50 plus PfH Scotland members (including those with multiple sites) in Scotland;
-a core list of Windows and Doors items including but not limited to the supply of; UPVC Windows and Doors, Composite Doors, Fire Rated Doorsets, Timber Windows and Doors, Secondary Glazing and all other associated products, services and works
- will require any fire doorsets to be CE Marked and fully tested on a primary basis by a UKAS accredited test house.
FENSA, CERTASS or equivalent will be required for window installations
- will require any fire doorsets to be CE Marked and fully tested on a primary basis by a UKAS accredited test house. They should also be installed in line with manufacturers requirements and with 3rd party accreditation such as Exova BM Trada – the Q Mark scheme or Certifire (scheme for COMPLETE doorsets) or through LPCB
Contract periods may vary from an expected minimum 12 months to an expected maximum of 4 years or will be project based. However, PfH Scotland members will be free to select the most appropriate contract period for their needs which may vary from these expected periods.
two.2.5) Award criteria
Quality criterion - Name: Quality, Technical Merit and Customer Service / Weighting: 50%
Price - Weighting: 50%
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
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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: 2020/S 235-581459
Section five. Award of contract
Lot No
1
Title
Lot 1 - Windows and Doors (Supply Only)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 May 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
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: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
CMS Window Systems
10 Caisteal Road, Castlecary
Cumbernauld
G68 0FS
Telephone
+44 1324841398
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Sidey Solutions Limited
19-57 Feus Road
Perth
PH1 2AX
Telephone
+44 1738587546
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Sovereign Group Limited
Vale Street
Nelson, Lancashire
BB9 0TA
Telephone
+44 7776167810
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £40,000,000
Section five. Award of contract
Lot No
2
Title
Lot 2 - Windows and Doors (Supply and Install)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 May 2021
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 3
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: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
CMS Window Systems
10 Caisteal Road, Castlecary
Cumbernauld
G68 0FS
Telephone
+44 1324841398
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Anglian Building Products
Liberator Road
Norwich
NR6 6EU
Telephone
+44 8009889395
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Sidey Solutions Limited
19-57 Feus Road
Perth
PH1 2AX
Telephone
+44 1738587546
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Novus Property Solutions Ltd
3a Inchmuir Road, Whitehill Industrial Estate, Bathgate, West Lothian
Bathgate
EH48 2EP
Telephone
+44 1506637637
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.3) Name and address of the contractor
CCG (Scotland) Ltd
1 Cambuslang Road, Cambuslang Investment Park
Glasgow
G73 3QH
Telephone
+44 1416433733
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Sovereign Group Limited
Vale Street
Nelson
BB9 0TA
Telephone
+44 1282440440
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: £40,000,000
Section five. Award of contract
Lot No
3
Title
Lot 3 - Kitchens (Supply Only)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 May 2021
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2
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: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Joinery & Timber Creations (65) Ltd
Camperdown Works, 27 Harrison Road
Dundee
DD2 3SN
Telephone
+44 1382427117
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Moores Furniture Group Limited
Thorp Arch Estate
Wetherby
LS23 7DD
Telephone
+44 1937862117
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Dennis & Robinson Ltd T/A Paula Rosa Manhattan
Blenheim Road, Lancing Business Park
Lancing
BN15 8UH
Telephone
+44 7801660256
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Magnet Contract Kitchen Solutions
Allington Way, Yarm Road Business Park
Darlington
DL1 4XT
Telephone
+44 7805917144
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Howdens
Unit 2, Excelsior Park, Canyon Road
Wishaw
ML2 0EG
Telephone
+44 7557177879
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
The Symphony Group Plc
Pen Hill Estate , Park Spring Road
Barnsley
S72 7EZ
Telephone
+44 1226446237
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £40,000,000
Section six. Complementary information
six.3) Additional information
Additional requirements:1) Bidders may be excluded if they are in any of the situations referred to in Reg.58 of the PCSR 2015.2) If required by the member state, bidders must be enrolled in the relevant professional or trade registers withintheir country.3) Bidders must state the proportion of the contract they expect to subcontract.4) Quality assurance. Bidders are required to hold a UKAS (or equivalent) accredited independent thirdparty certificate of compliance in accordance with BS EN ISO 9001 or can demonstrate that they have robust equivalent quality standards in accordance with Document 2 of this tender. 5) Health and Safety. Bidders are required to hold a UKAS (or equivalent) accredited independent third-partycertificate of compliance in accordance with BS OHSAS 18001 or has 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) or; can demonstrate that they have robust equivalent health and safety standards in accordance with Document 2 of this tender.6) Environmental. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 or can demonstrate it has robust equivalent environmental standards in accordance with Document 2 of this tender. This framework may be used by any contracting authority listed in or referred to in the OJEU Notice. This includes: — all current members of PfH at the time of the OJEU notice for this procurement; — any registered provider of social housing (or Welsh registered social landlord, or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the framework agreement;— any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England,Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the framework agreement; Any local authority (as defined in the Local Government Act
1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the framework agreement;— any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the framework agreement;
— any wholly owned subsidiaries of any of the above Organisations And any other contracting authority listedon the following page of the PfH website http://procurementforhousing.co.uk/permissible-users/ at the time of the OJEU notice for this procurement.
(SC Ref:655618)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Parliament House, Parliament Square
Edinburgh
EH11RQ
Country
United Kingdom
Internet address
https://www.scotcourts.gov.uk/the-courts/court-locations/court-of-session