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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.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
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.1.5) Estimated total value
Value excluding VAT: £7,500,000
two.1.6) Information about lots
This contract is divided into lots: No
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.2.6) Estimated value
Value excluding VAT: £7,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
17
This contract is subject to renewal
Yes
Description of renewals
Initial Contract will be 17 months, with the option to extend for up to a further 24 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.
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.2.14) 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 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
SPDS Selection Criteria, Part IV Section A: Suitability
4A.1 and 4A.1.1 - Minimum level of standards required:
4A.1 - Bidders must be registered or enrolled in the relevant professional or trade register kept in it's country of establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Bidders are required to provide information relating to this, i.e. registration number, member number etc.
4A.1.1 - If the relevant documentation is available electronically please indicate.
Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A.1.
Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4A.1, will be assessed as a FAIL and will be excluded from the competition.
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing 4B.4,4B.4.1,4B.5.1b,4B.5.2 and 4B.5.3
Minimum level(s) of standards possibly required
4B.4 - Bidders will be required to meet the undernoted Acid Test Ratio minimum requirements. Bidders will be required to state the value(s) for the following financial ratio(s):
Acid Test Ratio
The acceptable range for the Acid Test Ratio is:
Minimum value required: a value of greater than or equal to 1.00 to 2 decimal places.
The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities, calculated to 2 decimal places.
The acceptable range for “Acid Test” financial ratio is the bidders most recent financial year where fully audited accounts are available.
4B.4.1 - If the relevant documentation is available electronically, please indicate.
4B.5.1b - Bidders must confirm they already have or commit to obtain prior to the commencement of the Contract, the following levels of insurance cover:
1) Employer’s Liability Insurance: 10M GBP each and every claim
http://www.hse.gov.uk/pubns/hse40.pdf
4B.5.2 - Bidders must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover:
1) Public Liability Insurance: 10M GBP each and every claim
2) Product Liability Insurance: 10M GBP in the aggregate
4B.5.3 - If the relevant documentation is available electronically, please indicate.
Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e. 4B.4, 4B.5.1b and 4B.5.2.
Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4B.4, 4B.5.1b and 4B.5.2 will be assessed as a FAIL and will be excluded from the competition.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability:
4C.1,4C.1.1,4C.10 and
SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards
4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1 and 4D.2.2.
Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice. Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1.1 and 4D.2.1 are set out in full in the SPDS and the SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.
Minimum level(s) of standards possibly required
4C.1 - Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Three examples are required At least one example should be from the last 3 years.
Question 4C.1 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. Each example provided should be in line with the value, scope, scale, and complexity of the Proposed Contract and should demonstrate that your role in the works was similar to that anticipated in the Proposed Contract. Your response should address however, not be limited to, the following:
Constraints and challenges of carrying out maintenance, repairs and ad-hoc replacement of UPVC windows and doors in various occupied properties over a wide geographical area;
Delivery on time/project over runs and mitigating actions;
KPI’s agreed and actualised / delivered;
Project management;
Risk and mitigating actions for the project; and
Community and stakeholder engagement and how public/ occupier interfaces were managed during the project
Bidders will be required to achieve an average minimum score of 50 for this question. An average minimum score of less than 50 will be assessed as a FAIL and will be excluded from the competition.
4C.1.1 - If the relevant documentation concerning satisfactory execution and outcome for the most important works is available electronically, please indicate.
4C.10 - Bidders will be required to confirm whether they intend to sub-contract and, if so, for what proportion of the contract.
Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4C.1 or 4C.10.
Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4C.1 or 4C.10 will be assessed as a FAIL and will be excluded from the competition.
4D.1
Quality Management Procedures
The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or satisfy items a-g as detailed in 4D.1.1.
4D.1.1 – as per SPDS
Health and Safety Procedures
The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN 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 satisfy items a-l in 4D.1.1 of the SPDS.
4D.1.2 If the relevant documentation is available electronically, please indicate.
4D.2 - The Bidder must hold and provide a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or satisfy items a-g as listed in 4D.2.1.
4D.2.1 – as per SPDS
4D.2.2 If the relevant documentation is available electronically, please indicate.
Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.1, 4D.1.1, 4D.2 and 4D.2.1.
Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D.1, 4D.1.1, 4D.2 and 4D.2.1 will be assessed as a FAIL and will be excluded from the competition.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements.
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
21 January 2022
Local time
12:00pm
Changed to:
Date
18 February 2022
Local time
12:00pm
See the change notice.
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
21 January 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2nd quarter 2024
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
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.
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=675642.
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 Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Not required
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:
North Lanarkshire Council's policy on Community Benefits in procurement aims to consider whether Community Benefits can be included where it is making capital investments or services/goods are being purchased.
An indication of the type of benefits which the Council expects is indicated within the ITT documents for this procurement exercise.
Bidders will be required to provide details within their tender submission of the Community Benefits they will deliver if their tender submission is successful. It should be noted that the Community Benefit commitments made at tender stage may form a contractual obligation.
(SC Ref:675642)
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.