Opportunity

Supply of Composite Front & Rear Doorsets

  • North Ayrshire Council

F02: Contract notice

Notice reference: 2021/S 000-029429

Published 26 November 2021, 11:05am



Section one: Contracting authority

one.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Email

procurement@north-ayrshire.gov.uk

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

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 of Composite Front & Rear Doorsets

Reference number

NAC/5079

two.1.2) Main CPV code

  • 44221200 - Doors

two.1.3) Type of contract

Supplies

two.1.4) Short description

North Ayrshire Council requires the supply and delivery of composite front & rear doorsets to enable Building Services to deliver the North Ayrshire Council Door Replacement Programme.

This requirement is for a new 2-year contract with the option to extend for up to an additional 24 months, at North Ayrshire Council’s discretion.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

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 - Standard Doorsets

Lot No

1

two.2.2) Additional CPV code(s)

  • 44221200 - Doors
  • 44221000 - Windows, doors and related items

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance

North Ayrshire

two.2.4) Description of the procurement

North Ayrshire Council requires the supply and delivery of composite front & rear doorsets to enable Building Services to deliver the North Ayrshire Council Door Replacement Programme.

This requirement is for a new 2-year contract with the option to extend for up to an additional 24 months, at North Ayrshire Council’s discretion.

This lot is for standard doorsets, and a maximum of 2 suppliers will be awarded a place on this lot.

two.2.5) Award criteria

Quality criterion - Name: Methodology / Weighting: 15

Quality criterion - Name: Customer Service / Proposed Team / Weighting: 8

Quality criterion - Name: Samples / Weighting: 7

Price - Weighting: 70

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

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to an additional 24 months

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 - Non-Standard Doorsets

Lot No

2

two.2.2) Additional CPV code(s)

  • 44221000 - Windows, doors and related items
  • 44221200 - Doors

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance

North Ayrshire

two.2.4) Description of the procurement

North Ayrshire Council requires the supply and delivery of composite front & rear doorsets to enable Building Services to deliver the North Ayrshire Council Door Replacement Programme.

This requirement is for a new 2-year contract with the option to extend for up to an additional 24 months, at North Ayrshire Council’s discretion.

This lot is for non-standard sized doorsets, and a maximum of 2 suppliers will be awarded a place on this lot.

two.2.5) Award criteria

Quality criterion - Name: Methodology / Weighting: 15

Quality criterion - Name: Customer Service / Proposed Team / Weighting: 8

Quality criterion - Name: Samples / Weighting: 7

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to an additional 24 months

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

If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

Bidders must confirm if they hold the particular authorisation or memberships.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Lot 1 - Standard Doorsets

Bidders will be required to have a minimum yearly “specific” turnover of (500,000) GBP for the last 3 years in the business area covered by the contract.

Lot 2 - Non-Standard Doorsets

Bidders will be required to have a minimum yearly “specific” turnover of (125,000)GBP for the last 3 years in the business area covered by the contract.

North Ayrshire Council reserve the right to review the bidders financial information including information from credit reference agencies at tender stage and throughout the life of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process.

Bidders who cannot meet the required level of turnover will be excluded from this tender.

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

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = [5,000,000]GBP

http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance [5,000,000]GBP

Product Liability Insurance [5,000,000]GBP

Third-Party Motor Vehicle Insurance

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide a minimum of 2 examples of supply contracts carried out in the past 3 years that demonstrates they have the relevant experience to deliver the supplies as described in part II.2.4 of the Contract Notice. The supplies must be of a similar value, size and scope.

Unsatisfactory experience will result in exclusion from the tender process.

Bidders must also provide two satisfactory references for the same two contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of 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: 4

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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 January 2022

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

14 January 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: October/November 2025

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

six.3) Additional information

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 or ISO 45001 (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 or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

Environmental Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20084. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Community benefits will be requested on a minimum requirement basis for:

Employability and Training

Supply Chain Initiatives

Community and Education Initiatives

(SC Ref:674953)

six.4) Procedures for review

six.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Telephone

+44 1563550024

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/