Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

uPVC Windows & Doors Supply Framework

  • First published: 29 June 2022
  • Last modified: 29 June 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-034b8f
Published by:
Home Fix Scotland
Authority ID:
AA82606
Publication date:
29 June 2022
Deadline date:
29 July 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Home Fix Scotland are seeking to appoint three highly competent and experienced contractors to become a party to a ‘Supply of UPVC Window & Doors’ framework. The purpose of this framework is to assist Home Fix Scotland in ensuring our parent company River Clyde Homes properties are kept up to the required standard.

River Clyde Homes is a ‘not for profit’ affordable housing provider that owns and manages over 5,800 homes and provides factoring services to a further 2,200 homes in the Inverclyde area.

For Ad-hoc requirements, HFS will supply the successful bidder with the relevant measurements and the windows/doors must be manufactured and delivered to HFS’ depot at Springkell Street, Greenock, within 15 working days of instruction.

For planned ‘Full House’ window / door supply, the preferred bidder will be responsible for undertaking the site measurements, manufacture, and subsequent delivery times and locations will be agreed with the relevant lead officer on the project. After the initial instruction from HFS it will be the bidder’s responsibility to contact the tenant to arrange access to the property.

The technical specification that the windows and doors require to adhere to are provided within Appendix F ‘Technical Specification’.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Home Fix Scotland

Clyde View, 22 Pottery Street

Greenock

PA15 2UZ

UK

Telephone: +44 8000132196

E-mail: procurement@riverclydehomes.org.uk

NUTS: UKM83

Internet address(es)

Main address: http://riverclydehomes.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12102

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

uPVC Windows & Doors Supply Framework

Reference number: HFS028

II.1.2) Main CPV code

44221100

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Home Fix Scotland are seeking to appoint three highly competent and experienced suppliers to become a party to a ‘uPVC Window & Door Supply’ framework.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

44221200

44221000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Inverclyde

II.2.4) Description of the procurement

Home Fix Scotland are seeking to appoint three highly competent and experienced contractors to become a party to a ‘Supply of UPVC Window & Doors’ framework. The purpose of this framework is to assist Home Fix Scotland in ensuring our parent company River Clyde Homes properties are kept up to the required standard.

River Clyde Homes is a ‘not for profit’ affordable housing provider that owns and manages over 5,800 homes and provides factoring services to a further 2,200 homes in the Inverclyde area.

For Ad-hoc requirements, HFS will supply the successful bidder with the relevant measurements and the windows/doors must be manufactured and delivered to HFS’ depot at Springkell Street, Greenock, within 15 working days of instruction.

For planned ‘Full House’ window / door supply, the preferred bidder will be responsible for undertaking the site measurements, manufacture, and subsequent delivery times and locations will be agreed with the relevant lead officer on the project. After the initial instruction from HFS it will be the bidder’s responsibility to contact the tenant to arrange access to the property.

The technical specification that the windows and doors require to adhere to are provided within Appendix F ‘Technical Specification’.

II.2.5) Award criteria

Criteria below:

Quality criterion: Contract Management / Weighting: 30.00%

Quality criterion: Community Benefits / Weighting: 5.00%

Quality criterion: Fair Work First / Weighting: 5.00%

Quality criterion: Data Protection / Weighting: Pass/Fail

Price / Weighting:  60.00%

II.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:

The contract will run for an initial 2-year period. HFS may wish, at its sole discretion, to extend any resultant agreement for a further 2, 12 month periods subject to the agreement of the successful bidder.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

List and brief description of selection criteria:

SPD Question 4B.5.1

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

Employers Liability Insurance = 5m GBP

4B.5.2

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

Public Liability Insurance = 5m GBP

4B.6

The bidder’s company name and registration number will be used to obtain a financial risk assessment report from Dun & Bradstreet. Only companies that are deemed to be financially stable, on the strength of their financial report will be eligible to be a party to the contract. It is the tenderers responsibility to ensure that the information held by Dun & Bradstreet is up to date at the time of submission. If you prefer to have this assessment carried out in respect of a guarantor, such as an ultimate parent body, then you may elect for this option and details of the guarantor should be provided. Bidders should provide their company registration number in the space provided in the SPD.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

SPD Question 4C.1.2

Bidders require to provide three examples of the successful delivery of contracts that are close in nature and scope to HFS’s requirement. Bidders require to describe the scope of the contracts, what their responsibilities are / were, what the scale of the contract was, and how they have performed within the contract.

Bidders will also be required to provide written references from two of the three clients listed with their tender response. The references should provide a summary of the works undertaken and indicate the clients own satisfaction levels with the quality of service they received. (Pass/Fail)

4C.2

Bidders are required to provide details of the operatives (not management staff) who will be involved in performing the contract in the event of a successful bid. This should include staff numbers and a general statement in relation to their core skills, qualifications, accreditations, experience and competency

4C.6.1

Bidders are required to provide details of the relevant experience and educational and professional qualifications held by your managerial staff (Pass/Fail)

4C.9

Bidders are required to provide details of the relevant tools, plant or technical equipment available to you in relation to the manufacture and supply of uPVC windows and doors.

4C.10

Bidders are required to provide details of the proportion of the contract that you intend to subcontract and provide details of the sub-contractors you intend to sub-contract these works to. If the bidder has decided to subcontract a core part of the contract then a separate SPD for such subcontractors must be completed.(Info only)

4C.12

Bidders are required to confirm whether they will be able to provide written certification that proves that their windows and doors meet the technical specification and standards required. These are detailed in Appendix F ‘Technical Specification’. (Pass/Fail)


Minimum level(s) of standards required:

4D.1

Bidders require to confirm whether they are able to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001. Or A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The contract will be subject to formal Key Performance Indicators, which are detailed within the attached tender document.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 3

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/07/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 29/07/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

June 2026

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Tenders must be submitted electronically via the Public Contracts Scotland (PCS) Electronic Tender Post Box. Any response not submitted via the post box will not be considered. Any questions in relation to the tender must be raised via the 'Question & Answer' function of the PCS website.

Tenderers should ensure they read the guidance provided in the tender document, and in the 'SPD Guidance Document' attached to the notice, in relation to the completion of the Single Procurement Document (SPD).

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=698598.

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.

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:

Bidders require to set out what specific, tangible, community benefits they will bring to the Inverclyde area in the event of a successful bid. These benefit's may address (but are not limited to), targeted recruitment & training; equal opportunities; supply-chain initiatives; environmental initiatives (recycling), community consultation; contributions to education; the promotion of social enterprises; and resources for community initiatives. These benefits must be specific to this contract and not part of a wider Corporate Social Responsibility (CSR) programme. 5% of the total tender score will be allocated to this award criterion.

(SC Ref:698598)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sheriff Court and Justice of the Peace Court

Greenock

UK

VI.5) Date of dispatch of this notice

28/06/2022

Coding

Commodity categories

ID Title Parent category
44221200 Doors Windows, doors and related items
44221100 Windows Windows, doors and related items
44221000 Windows, doors and related items Builders joinery

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@riverclydehomes.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.