Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Pippa Brown
Telephone
+44 1314693875
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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/
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
Supply, Delivery and/or Installation of Doors and Windows
Reference number
CT0923
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
Supply, Delivery and/or Installation of Doors and Windows, including UPVC Windows, Timber/Sash/Case Windows, and Doorsets including Fire Doors.
two.1.5) Estimated total value
Value excluding VAT: £44,000,000
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
UPVC/Composite Windows (Low Rise)
Lot No
1
two.2.2) Additional CPV code(s)
- 44221000 - Windows, doors and related items
- 44221100 - Windows
- 45421130 - Installation of doors and windows
- 45421132 - Installation of windows
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
Windows: Removal, disposal and replacement of existing windows.
Repair of existing windows.
Window replacement using either single, double or triple glazed.
Repair or replace ingoes, soffits, sills, aprons and facings as appropriate.
Recycle, disposal of all materials.
Any other associated works.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £24,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
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
Timber Sash and Case Windows
Lot No
2
two.2.2) Additional CPV code(s)
- 44221000 - Windows, doors and related items
- 44221100 - Windows
- 45421130 - Installation of doors and windows
- 45421132 - Installation of windows
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
Removal, disposal and replacement of existing windows.
Repair of existing windows.
Window replacement using either single, double, slim-line double or triple glazed.
Repair or replace ingoes, soffits, sills, aprons and facings as appropriate.
Recycle, disposal of all materials.
Any other associated works.
Types of windows required:
Sash & Case Windows
Casement Windows
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
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
Doors, including: Flat Entrance Fire Doorsets, Landing Pass Fire Doorsets, Main Entrance House Doors, Internal Pass Doors
Lot No
3
two.2.2) Additional CPV code(s)
- 44221000 - Windows, doors and related items
- 45421100 - Installation of doors and windows and related components
- 45421130 - Installation of doors and windows
- 45421131 - Installation of doors
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
Supply, Delivery and/or Installation of Doors Flat Entrance Fire Doorsets, Landing Pass Fire Doorsets, Main Entrance House Doors and Internal Pass Doors.
Removal, disposal & replacement of existing doors/door sets and associated side lights, fanlights and screens.
Repair of existing doors/door sets and associated side lights, fanlights and screens where appropriate.
Repair or replace ingoes, soffits, sills, aprons and facings as appropriate.
Recycle, disposal of all materials.
Any other associated works.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £16,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
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.1.2) Economic and financial standing
List and brief description of selection criteria
Lot 1:
Tenderers are required to have a minimum “general” annual turnover of GBP6,000,000m for the last two financial years.
Lot 2:
Tenderers are required to have a minimum “general” annual turnover of GBP1,000,000m for the last two financial years.
Lot 3:
Tenderers are required to have a minimum “general” annual turnover of GBP4,000,000m for the last two financial years.
All Lots:
Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Tenderers will be required provide the following information:
Current ratio for Current Year: 1.20
Current ratio for Prior Year: 1.20
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
a. Employers (Compulsory) Liability Insurance - GBP5m
b. Public Liability Insurance - GBP10m
c. Professional Indemnity - GBP5m
d. Contractors All Risk - GBP5m
Minimum level(s) of standards possibly required
Lot 1:
Tenderers are required to have a minimum “general” annual turnover of GBP6,000,000m for the last two financial years.
Lot 2:
Tenderers are required to have a minimum “general” annual turnover of GBP1,000,000m for the last two financial years.
Lot 3:
Tenderers are required to have a minimum “general” annual turnover of GBP4,000,000m for the last two financial years.
All Lots:
Tenderers will be required to meet the following minimum financial ratio:
Current ratio for Current Year: 1.20
Current ratio for Prior Year: 1.20
Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
a. Employers (Compulsory) Liability Insurance - GBP5m
b. Public Liability Insurance - GBP10m
c. Professional Indemnity - GBP5m
d. Contractors All Risk - GBP5m
three.1.3) Technical and professional ability
List and brief description of selection criteria
Lot 1 requirements: Windows manufactured to BS EN 14351: 2006+A2:2016. Window must be accompanied with an accredited test report for Sash Mechanical Strength to EN 13115:2020 and achieve the following criteria: Static Torsion - 'Jammed Sash Release' to EN 14609:2004 - 350N. PVC-U Profile to BS EN 12608-1:2016+A1:2020. The Restrictor and/or any lockout or washstop safety device must be tested to EN 14609 or EN 948 and be able to hold the sash or casement in place for 60s when a force of 350N is applied to the sash. Workmanship must be covered by schemes that comply with relevant management system recommendations of BS EN ISO 9001 and ISO 45001.
Lot 3 requirements: Workmanship must be covered by schemes that comply with relevant management system recommendations of BS EN ISO 9001 and ISO 45001. Registration to a third party certified to install scheme with evidence accredited under the United Kingdom Accredited Service (UKAS). Fire test certificates issued against fire resistance test for each manufactured fire Doors/Doorsets are to be carried out under a current third-party certification scheme by an independent nationally accredited laboratory, typically the test and assessment report submitted by a laboratory shall be accredited under the United Kingdom Accredited Service (UKAS). All fire doorsets must meet the requirements of Secure By Design PAS 24:2016, Enhanced security performance requirements for doorsets.
Fire Resisting Door/Doorsets/Assemblies: As defined in BS EN 12519.
Requirement: the specified performance to meet the minimum period attained when tested for fire, integrity, insulation and smoke (on both sides) with the specified requirements for fire resistance test under BS EN 1634-1 or BS EN 1634-3 and classified under BS EN 13501-2: 2016 classifications 30 / 60 minute (m) for the following doors; a copy of the certification must accompany the tender submission and must cover all doorsets as detailed below.
-E 30 minute
-EI 30 minute
-EI 30 S200 minute
-E 60 minute
-EI 60 minute
-EI 60 S200 minute
Fire Resisting Door/ Doorsets / Assemblies: As defined in BS EN 12519
Requirement: the specified performance to meet the minimum period attained when tested for fire, integrity, insulation and smoke (on both sides) with the specified requirements for fire resistance test under BS EN 1634-1 or BS EN 1634-3 and classified under BS EN 13501-2: 2016 classifications 30 / 60 /90/ 120 minute (m) for the following doors; a copy of the certification must accompany the tender submission and must cover all doorsets as detailed below.
-EI200 30 minute
-EI2 60 minute
-EI2 90 minute
-EI2 120 minute
Minimum level(s) of standards possibly required
Lot 1 requirements: Windows manufactured to BS EN 14351: 2006+A2:2016. Window must be accompanied with an accredited test report for Sash Mechanical Strength to EN 13115:2020 and achieve the following criteria: Static Torsion - 'Jammed Sash Release' to EN 14609:2004 - 350N. PVC-U Profile to BS EN 12608-1:2016+A1:2020. The Restrictor and/or any lockout or washstop safety device must be tested to EN 14609 or EN 948 and be able to hold the sash or casement in place for 60s when a force of 350N is applied to the sash. Workmanship must be covered by schemes that comply with relevant management system recommendations of BS EN ISO 9001 and ISO 45001.
Lot 3 requirements: Workmanship must be covered by schemes that comply with relevant management system recommendations of BS EN ISO 9001 and ISO 45001. Registration to a third party certified to install scheme with evidence accredited under the United Kingdom Accredited Service (UKAS). Fire test certificates issued against fire resistance test for each manufactured fire Doors/Doorsets are to be carried out under a current third-party certification scheme by an independent nationally accredited laboratory, typically the test and assessment report submitted by a laboratory shall be accredited under the United Kingdom Accredited Service (UKAS). All fire doorsets must meet the requirements of Secure By Design PAS 24:2016, Enhanced security performance requirements for doorsets.
Fire Resisting Door/Doorsets/Assemblies: As defined in BS EN 12519.
Requirement: the specified performance to meet the minimum period attained when tested for fire, integrity, insulation and smoke (on both sides) with the specified requirements for fire resistance test under BS EN 1634-1 or BS EN 1634-3 and classified under BS EN 13501-2: 2016 classifications 30 / 60 minute (m) for the following doors; a copy of the certification must accompany the tender submission and must cover all doorsets as detailed below.
-E 30 minute
-EI 30 minute
-EI 30 S200 minute
-E 60 minute
-EI 60 minute
-EI 60 S200 minute
Fire Resisting Door/ Doorsets / Assemblies: As defined in BS EN 12519
Requirement: the specified performance to meet the minimum period attained when tested for fire, integrity, insulation and smoke (on both sides) with the specified requirements for fire resistance test under BS EN 1634-1 or BS EN 1634-3 and classified under BS EN 13501-2: 2016 classifications 30 / 60 /90/ 120 minute (m) for the following doors; a copy of the certification must accompany the tender submission and must cover all doorsets as detailed below.
-EI200 30 minute
-EI2 60 minute
-EI2 90 minute
-EI2 120 minute
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: 24
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
23 August 2021
Local time
12:00pm
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 August 2021
Local time
12:00pm
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
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=655648.
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18309. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Details of the individual(s) in your organisation who will be responsible for ensuring the monitoring and successful delivery of community benefits;
The actions that your Organisation will take to deliver the community benefits when instructed to do so;
How you will ensure the quantity and value of each of the community benefits offered; and
If certain benefits are undeliverable due to factors out with your control, how you will deliver alternative benefits from the menu of identical point value.
(SC Ref:660877)
six.4) Procedures for review
six.4.1) Review body
Sherriff Court, Sherriff Court House,
27 Chambers Street, Edinburgh. EH1 1LB Court of Session, Parliament House, Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.