
Market Leads & Opportunities
United Kingdom-Warrington: Windows, doors and related items
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (15/S 227-412820/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Award criteria: Most economic bid
Type of bid required: Global bid
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Procurement for Housing Limited
2 Olympic Way, Birchwood
Warrington
Postal code: WA2 0YL
United Kingdom
Contact points(s): Procurement
For the attention of: Michael Reynolds
Phone: +44 8458645100
Email: mreynolds@inprovagroup.com
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Electronic access to information: www.mytenders.org
Electronic submission of tenders and requests to participate: www.mytenders.org
Further information can be obtained from: Procurement for Housing Limited
2 Olympic Way, Birchwood
Warrington
Postal code: WA2 0YL
United Kingdom
Contact points(s): Procurement
For the attention of: Michael Reynolds
Phone: +44 8458645100
Email: mreynolds@inprovagroup.com
Internet address:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Procurement for Housing Limited
2 Olympic Way, Birchwood
Warrington
Postal code: WA2 0YL
United Kingdom
For the attention of: Michael Reynolds
Phone: +44 8458645100
Email: mreynolds@inprovagroup.com
Internet address:
Tenders or requests to participate must be sent to: Procurement for Housing Limited
2 Olympic Way, Birchwood
Warrington
Postal code: WA2 0YL
United Kingdom
Contact points(s): Procurement
For the attention of: Michael Reynolds
Phone: +44 8458645100
Email: mreynolds@inprovagroup.com
Internet address:
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity: General public services,Health,Housing and community amenities,Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
The Scottish Government Core Directorates
Aberdeen City Council
Aberdeenshire Council
Angus Council
Argyll and Bute Council
City of Edinburgh Council
Clackmannanshire Council
Comhairle nan Eilean Siar
Dumfries and Galloway Council
Dundee City Council
East Ayrshire Council
East Dunbartonshire Council
East Lothian Council
East Renfrewshire Council
Falkirk Council
Fife Council
Glasgow City Council
Highland Council
Inverclyde Council
Midlothian Council
Moray Council, The
North Ayrshire Council
North Lanarkshire Council
Orkney Islands Council
Perth and Kinross Council
Renfrewshire Council
Scottish Borders Council
Shetland Islands Council
South Ayrshire Council
South Lanarkshire Council
Stirling Council
West Dunbartonshire Council
West Lothian Council
Scottish Fire and Rescue Service
Golden Jubilee Hospital (National Waiting Times Centre Board)
NHS 24
NHS Ayrshire and Arran
NHS Borders
NHS Dumfries and Galloway
NHS Education for Scotland
NHS Fife
NHS Forth Valley
NHS Grampian
NHS Greater Glasgow and Clyde
NHS Health Scotland
NHS Highland
NHS Lanarkshire
NHS Lothian
NHS Orkney
Healthcare Improvement Scotland
NHS Shetland
NHS Tayside
NHS Western Isles
Scottish Ambulance Service
The Common Services Agency for the Scottish Health Service
The State Hospital for Scotland
Fife College
Dundee & Angus College
Edinburgh College
West College Scotland
Glasgow Clyde College
Ayrshire College
City of Glasgow College
North East College Scotland
New College Lanarkshire
Glasgow Kelvin College
Borders College
Dumfries and Galloway College
Forth Valley College
Inverness College
Lews Castle College
Moray College
Newbattle Abbey College
North Highland College
Orkney College
Perth College
Sabhal Mor Ostaig
Shetland College
South Lanarkshire College
West Lothian College
SRUC
Edinburgh Napier University
Glasgow Caledonian University
Glasgow School of Art
Heriot-Watt University
Queen Margaret University
Robert Gordon University
Royal Conservatoire of Scotland
UHI Millennium Institute
University of Aberdeen
University of Abertay Dundee
University of Dundee
University of Edinburgh
University of Glasgow
University of St Andrews
University of Stirling
University of Strathclyde
University of the West of Scotland
Office of Scottish Charity Regulator
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Windows & Doors — Supply, Installation & Maintenance Contract.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: Scotland.
Nuts code: UKM
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 120
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 200 000 000 and 750 000 000 GBP
II.1.5) Short description of the specific contract:
PfH is seeking to appoint a number of suppliers and contractors that cover a range of supply, distribution and installation requirements that demonstrates value for money. The providers will need to deliver and/or install a full range of products within the lots they apply for at a high quality with strong service delivery, underpinned by a comprehensive understanding of and experience in the Social Housing environment.
The Material requirements within the scope of this framework agreement include, but are not limited to:
Design, Survey, Supply and Delivery of PVCu, Aluminum and Timber Windows and Doors included Specialist External Doorsets.
Supply and Delivery of Glazing Units, Internal Doors and Ironmongery Products.
Design, Survey and Installation of PVCu, Aluminum and Timber Windows and Doors included Specialist External Doorsets.
This framework is being tendered to meet the requirements of PfH members/Public Sector bodies throughout Scotland.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
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.
II.1.6) Common procurement vocabulary (CPV): 44221000, 44221100, 45421130, 45421132, 45421131, 44221200, 44221220, 44221230, 44316000, 45441000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for all lots
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
PfH is seeking to appoint a number of suppliers and contractors that cover a range of supply, distribution and installation requirements that demonstrates value for money. The providers will need to deliver and/or install a full range of products within the lots they apply for at a high quality with strong service delivery, underpinned by a comprehensive understanding of and experience in the Social Housing environment.
The Material requirements within the scope of this framework agreement include, but are not limited to:
Design, Survey, Supply and Delivery of PVCu, Aluminum and Timber Windows and Doors included Specialist External Doorsets.
Supply and Delivery of Glazing Units, Internal Doors and Ironmongery Products.
Design, Survey and Installation of PVCu, Aluminum and Timber Windows and Doors included Specialist External Doorsets.
This framework is being tendered to meet the requirements of PfH members/Public Sector bodies throughout Scotland.
Estimated value excluding VAT:
Range: between 250 000 000 and 750 000 000 GBP
II.2.2) Information about options:
Options:yes
Description of these options:This framework is a 3 year minimum term which a 12 month optional extension.
Provisional timetable for recourse to these options: in months: 120 (from the award of the contract): 12II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: Supply and Delivery of Windows and Doors
1) Short description: These lots will focus solely on the supply and delivery of windows and doors products with a material split these will include: PVCu, Aluminum, Timber and Composite doors.
2) Common procurement vocabulary (CPV): 44221000
3) Quantity or scope:
This will include but is not limited to the following product types: Top Swing/Fully Reversible, Side Hung Casement, Top Hung Casement, Tilt & Turn, Fixed Light, Vertical Slider, Residential PVCu Door, GRP Composite Fire Doors, GRP Composite Door (Double Rebate), GRP Composite Door (Single Rebate), GRP Utility Door, French Doors, Patio Door.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 2; Lot title: Supply and Installation of Windows and Doors
1) Short description: These lots will include both the supply of windows and doors products and the installation of those materials. This lot has a material split for the following areas: PVCu, Aluminum, Timber and Composite doors.
2) Common procurement vocabulary (CPV): 44221000
3) Quantity or scope:
Contractors will need to be able to supply the products listed in the scope above for Lot 1.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 3; Lot title: Supply of Window & Door Associated Products
1) Short description: These lots will focus solely on the supply of repairs and maintenance products. There will be a material split covering the following areas: Glazing, Ironmongery and Internal Doors.
2) Common procurement vocabulary (CPV): 44221000
3) Quantity or scope:
The scope for this lot includes but is not limited to: Single, Double & Triple Glazed Units, Standard Internal Doors, Internal Fire Doors, Locks/Latches, Hinges, Letter plates, Door Numbers, Door Viewers, Door Chains, Key Escutcheons.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: (1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(6) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(7) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(8) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(9) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5and maximum number
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
MR/WindowsDoors – Scotland/2015
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2015/S 203-368151of20.10.2015
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
IV.3.4) Time limit for receipt of tenders or requests to participate:
21.12.2015 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
18.01.2016
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Section VI: Complementary information
VI.3) Additional information
(SC Ref:421690).
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Procurement for Housing
2 Olympic Way, Woolston Grange Avenue, Birchwood
Warrington
Postal code: WA2 0YL
United Kingdom
Phone: +44 1925282386
Email: mreynolds@inprovagroup.com
Internet address: www.procurementforhousing.co.uk
VI.5) Date of dispatch of this notice:
20.11.2015
More Opportunties
- United Kingdom-Paisley: Vehicle and Plant Hire
15 Jun 25
This Prior Information Notice (PIN) is in relation to the renewal framework for the hire of vehicles and plant equipment, available for all 32 council areas in Scotland and Scotland Excel Associate Members. It is anticipated this framework will incorporat> > - United Kingdom-Great Sankey: Powder activated carbon dosing system
15 Jun 25
Supply of 2 Powder activated carbon dosing systems> > - United Kingdom-Gourock: Framework Agreement for the Supply and Delivery of Milk to Nominated Vessels
15 Jun 25
CFL is seeking to award a Framework Agreement to a suitably qualified and experienced Supplier for the supply and delivery of milk to CFL’s Major Vessels.> >