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