
Market Leads & Opportunities
United Kingdom-Stafford: For the Provision and Installation of PVC-U Windows, Aluminium Doors and Ancillary Work — Non-Domestic (Framework Agreement)
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 244-599507/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Staffordshire County Council
Postal address: 2 Staffordshire Place, Tipping Street
Town: Stafford
Postal code: ST16 2DH
Country: United Kingdom
Contact Person: Paul Timmins
Telephone: +44 1785854646
Email: paul.timmins@staffordshire.gov.uk
Fax: +44 1785854660
Internet address(es):
Main address:
Official name: Stafford Borough Council
Town: Stafford
Postal code: ST16 3AQ
Country: United Kingdom
Email: paul.timmins@staffordshire.gov.uk
Internet address(es):
Main address:
Official name: Cannock Chase District Council
Town: Cannock
Postal code: WS11 1BG
Country: United Kingdom
Email: paul.timmins@staffordshire.gov.uk
Internet address(es):
Main address:
Official name: South Staffordshire Council
Town: Codsall
Postal code: WV8 1PX
Country: United Kingdom
Email: paul.timmins@staffordshire.gov.uk
Internet address(es):
Main address:
I.2) Joint Procurement:
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: For the Provision and Installation of PVC-U Windows, Aluminium Doors and Ancillary Work — Non-Domestic (Framework Agreement)
Reference number: IA1834
II.1.2) Main CPV code: 45421100
II.1.3) Type of contract: Supplies
II.1.4) Short Description: To provide Staffordshire County Council or partner with a comprehensive service to provide, install, renew, replace windows, doors, storey height frames and curtain walling systems to what will be predominately single storey buildings with there being occasional two and three storey buildings. These works will have been identified through condition surveys and asset management plans. Individual projects will include all labours and associated works, perimeter protection, full scaffolding, site compounds, welfare facilities and waste management. The value of each project will usually range between 10 000 GBP and 50 000 GBP with some projects reaching values outside of this. There is no cap on project size. Refer to the framework terms for full specification.
II.1.5) Estimated total value:
Value excluding VAT: 3000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
45421111, 45421112, 45421130, 45421131, 45421132, 44221000, 44221110, 44221111, 44221120, 44221200, 44221211, 44221212, 44221220, 44221230, 50700000, 45450000, 45443000, 44220000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:The main place of performance for the contracting authority is Staffordshire. The framework has been left open for other partners/customers to manage and award their own call-off awards.
II.2.4) Description of the procurement:
To provide Staffordshire County Council or partner with a comprehensive service to provide, install, renew, replace windows, doors, storey height frames and curtain walling systems to what will be predominately single storey buildings with there being occasional two and three storey buildings. These works will have been identified through condition surveys and asset management plans. Individual projects will include all labours and associated works, perimeter protection, full scaffolding, site compounds, welfare facilities and waste management. The value of each project will usually range between 10 000 GBP and 50 000 GBP with some projects reaching values outside of this. There is no cap on project size. Refer to the framework terms for full specification.
Properties will include customer-owned properties, public sector estate and infrastructure, schools (maintained or otherwise), academies, free schools, libraries, community buildings, general offices, education/higher education property, health and social care buildings, emergency services buildings, occasional nursery facilities, sports facilities, and light commercial industrial units.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 3000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:It is envisaged that contract advert notices for the next framework agreement may be placed within the next 2 or 3 years. This cannot be guaranteed.
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 yes
Description of options: Envisaged framework agreement commencing 1.5.2020 to 30.4.2023 (3 years) with an additional option to extend up to a further 1 year (maximum of 4 year framework agreement).
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: This is an electronic tender. See VI.3) of this notice.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Staffordshire County Council requires its successful supplier(s) to have ongoing independent 3rd party Accreditations which meet the following requirements during the term of the framework and subsequent call-off contracts:
1) Compliant to the PAS91 pre-qualification sections C1 to C4 inclusive
Such accrediting bodies which meet this could include a relevant category in Constructionline (e.g. accredited to a membership level of ‘Silver’), or CHAS (e.g. to a level of ‘Premium’), or equivalents.
Please refer to the procurement documentation for more details.
2) To have a compliant health and safety accreditation performed by a Safety Schemes in Procurement (‘SSIP’) registered member, for example CHAS or equivalents.
Please refer to the procurement documentation for more details.
Any Accreditations used as an ‘exemption’ to criteria in the procurement process must be valid, current and compliant and can be evidenced at the submission closing time/date deadline of the tender. It is not acceptable for suppliers to state they are in the process of being accredited, being re-accredited, or have applied for accreditation. Suppliers must have updated all 3rd party accreditation databases.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: Continued appointment to the framework agreement and subsequent call-off contracts are in accordance with suppliers adherence to pre-established, ongoing, key performance indicators. See the procurement documentation.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:3IV.1.8) Information about the 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: 2020-01-20 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 tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2020-01-20 Local time: 12:30 Place:Staffordshire County Council.
Information about authorised persons and opening procedure:Limited to Officers of Staffordshire County Council.
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:It is envisaged that contract advert notices for the next framework agreement may be placed within the next 2 or 3 years. This cannot be guaranteed.
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:
This is an electronic tender. All submission must be made via the formal contracting authority electronic tendering platform.
All requests for information to be sent through the electronic tendering portal and message facility on the Proactis electronic tendering system.
How to register — follow the link to Proactis electronic tendering:
—
If you require urgent assistance regarding the initial usage of the e-Tendering package please contact the contracting authority point-of-contact in Section I.1 of this notice. On failure to reach this contact, please immediately email the nature of the difficulty to commercial.team@staffordshire.gov.uk
This procurement is for a framework agreement between the appointed providers(s) and the contracting authority, to supply predominately services on an ad-hoc call-off basis, as and when required.
The contracting authority or its public sector partners/customers makes no guarantee as to the volume of business on offer or to be awarded, and any volumes given are indicative only and intended as a general guide. There is no commitment at the time of tendering from any parties outside of the contracting authority and this should be taken into consideration when bidding.
All framework management, post-tender, will be in accordance with the Public Contracts Regulations 2015. The call-off orders will be allocated by terms laid down in the framework. Please see the tender documentation for further details.
The contracting authority also reserves the right to operate a public tender or quotations outside of the framework where so required.
As part of the Governments National Procurement Strategy, collaborative working and supporting other authorities now forms part of the contracting authority’s procurement remit. This agreement may be made available to other contracting authorities including without limitation Councils and public bodies within Staffordshire and neighboring geographical areas as prescribed by the NUTS codes in this notice. These will include Health and NHS bodies, local authorities, contracting authorities, any other government department, defence, police and emergency services, metropolitan/district councils, utilities, educational establishments, and utilities, including the contracting authorities named in this notice. These organisations will be afforded third party rights or be named as beneficiaries under the contract or contracts where appropriate.
Financing/payment:
— payments may be made following acceptance by the banking agents of Staffordshire County Council.
Legal form of groups of providers:
— no special legal form is required by the grouping of providers but each provider will be required to become jointly or severally responsible for the contract before acceptance.
For reference the following website outlines the contracting authority’s policy on the community right to challenge:
—
VI.4) Procedures for review
VI.4.1) Review body
Official name: Staffordshire County Council
Postal address: 2 Staffordshire Place
Town: Stafford
Postal code: ST16 2DH
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: Staffordshire County Council
Postal address: 2 Staffordshire Place
Town: Stafford
Postal code: ST16 2DH
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers.
The award decision process will specify the criteria for the award of the contract/framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender(s), and will specify when the standstill period is expected to end or the date before which the contracting authority will not conclude the contract/framework agreement.
If an appeal regarding the award of a contract/framework agreement has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the award decision or may order the contracting authority to amend any document and may award damages.
If an agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages.
The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Staffordshire County Council
Postal address: 2 Staffordshire Place
Town: Stafford
Postal code: ST16 2DH
Country: United Kingdom
VI.5) Date of dispatch of this notice:2019-12-16
More Opportunties
- United Kingdom-Eastleigh: Specialist Material Framework
27 May 25
Framework for the supply of specialist materials to support operations across Abri's operating area. To include lots for: glazing, flooring, ironmongery, fencing, grounds maintenance consumables, fire doors, paint and adaptation equipment.> > - Samsung Z20 Ultrasound System
27 May 25
Direct award via NP167/22 Framework following product trial> > - United Kingdom-Belfast: QUB/2712/25 Supply, Delivery, Installation, Consumables, Commissioning and Maintenance of a Dual Capillary Rheometer for the characterisation of polymer and composite materials
27 May 25
Queen’s University of Belfast wishes to procure a Dual Capillary Rheometer, to measure material flow properties under elevated temperature as a function of shear rate of polymer and composite materials. For a comprehensive description of the requirements> >