Notice Information
Notice Title
MTC for Window & Doors Replacement 2023 - 2025 (HOPM22002)
Notice Description
North Lanarkshire Council wish to seek a competent contractor for the provision of a Measured Term Contract for Replacement of Windows and Doors 2023-2025 to domestic properties within North Lanarkshire. The works comprise the removal (including disposal) of existing windows and doors and the supply and installation of replacement UPVC and timber doors and windows to various types of domestic properties. All works will be carried out within the boundaries of North Lanarkshire and mainly within occupied properties. This procurement exercise is being carried out as two lots, each having different values of works available. Full details of the requirements / specification for both lots of the contract can be found within the ITT located in the PCS-Tender System.
Lot Information
Works Up to Max 10M GBP (7.5M GBP for Any One Order)
The works comprise the removal (including disposal) of existing windows and doors and the supply and installation of replacement UPVC and timber doors and windows to various types of domestic properties. The successful contractor will be awarded work orders up to a maximum of 10m GBP throughout the term of contract, with a maximum value of any one order being 7.5m GBP Additional information: Tenderers should be aware that where they are bidding for both Lots 1 and 2 of the MTC, and should they be identified as submitting the most economically advantageous tender for Lot 1, there Tender for Lot 2 will be excluded on the basis of the Councils intention to appoint a single / separate contractor to each Lot.
Renewal: The MTC will be awarded for a total of 21 months (9 months plus four 3-month extension periods). Following expiry of the MTC, the Council may elect to re-tender requirements.
Works Up to Max 5M GBP (3.75M GBP for Any One Order)The works comprise the removal (including disposal) of existing windows and doors and the supply and installation of replacement UPVC and timber doors and windows to various types of domestic properties. The successful contractor will be awarded work orders up to a maximum of 5m GBP throughout the term of contract, with a maximum value of any one order being 3.75m GBP. Additional information: Tenderers should be aware that where they are bidding for both Lots 1 and 2 of the MTC, and should they be identified as submitting the most economically advantageous tender for Lot 1, there Tender for Lot 2 will be excluded on the basis of the Councils intention to appoint a single / separate contractor to each Lot.
Renewal: The MTC will be awarded for a total of 21 months (9 months plus four 3-month extension periods). Following expiry of the MTC, the Council may elect to re-tender requirements.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03774e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008156-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45421100 - Installation of doors and windows and related components
45421130 - Installation of doors and windows
45421131 - Installation of doors
45421132 - Installation of windows
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £15,000,000 £10M-£100M
Notice Dates
- Publication Date
- 21 Mar 20232 years ago
- Submission Deadline
- 21 Nov 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Mar 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- The MTC will be awarded for a total of 21 months (9 months plus four 3-month extension periods). Following expiry of the MTC, the Council may elect to re-tender requirements.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- contractstrategy@northlan.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03774e-2023-03-21T13:50:01Z",
"date": "2023-03-21T13:50:01Z",
"ocid": "ocds-h6vhtk-03774e",
"description": "(SC Ref:726632)",
"initiationType": "tender",
"tender": {
"id": "NLC-CPT-21-163",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "MTC for Window & Doors Replacement 2023 - 2025 (HOPM22002)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
"mainProcurementCategory": "works",
"description": "North Lanarkshire Council wish to seek a competent contractor for the provision of a Measured Term Contract for Replacement of Windows and Doors 2023-2025 to domestic properties within North Lanarkshire. The works comprise the removal (including disposal) of existing windows and doors and the supply and installation of replacement UPVC and timber doors and windows to various types of domestic properties. All works will be carried out within the boundaries of North Lanarkshire and mainly within occupied properties. This procurement exercise is being carried out as two lots, each having different values of works available. Full details of the requirements / specification for both lots of the contract can be found within the ITT located in the PCS-Tender System.",
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "1",
"title": "Works Up to Max 10M GBP (7.5M GBP for Any One Order)",
"description": "The works comprise the removal (including disposal) of existing windows and doors and the supply and installation of replacement UPVC and timber doors and windows to various types of domestic properties. The successful contractor will be awarded work orders up to a maximum of 10m GBP throughout the term of contract, with a maximum value of any one order being 7.5m GBP Additional information: Tenderers should be aware that where they are bidding for both Lots 1 and 2 of the MTC, and should they be identified as submitting the most economically advantageous tender for Lot 1, there Tender for Lot 2 will be excluded on the basis of the Councils intention to appoint a single / separate contractor to each Lot.",
"awardCriteria": {
"criteria": [
{
"name": "End User Satisfaction",
"type": "quality",
"description": "10"
},
{
"name": "Project Delivery - Programme",
"type": "quality",
"description": "6"
},
{
"name": "Project Delivery - Project Team",
"type": "quality",
"description": "5"
},
{
"name": "Health & Safety and Environmental",
"type": "quality",
"description": "8"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"name": "Community Benefits Supporting Methodologies",
"type": "quality",
"description": "2"
},
{
"name": "Community Benefits Offering Menu",
"type": "quality",
"description": "4"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 630
},
"hasRenewal": true,
"renewal": {
"description": "The MTC will be awarded for a total of 21 months (9 months plus four 3-month extension periods). Following expiry of the MTC, the Council may elect to re-tender requirements."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Works Up to Max 5M GBP (3.75M GBP for Any One Order)",
"description": "The works comprise the removal (including disposal) of existing windows and doors and the supply and installation of replacement UPVC and timber doors and windows to various types of domestic properties. The successful contractor will be awarded work orders up to a maximum of 5m GBP throughout the term of contract, with a maximum value of any one order being 3.75m GBP. Additional information: Tenderers should be aware that where they are bidding for both Lots 1 and 2 of the MTC, and should they be identified as submitting the most economically advantageous tender for Lot 1, there Tender for Lot 2 will be excluded on the basis of the Councils intention to appoint a single / separate contractor to each Lot.",
"awardCriteria": {
"criteria": [
{
"name": "End User Satisfaction",
"type": "quality",
"description": "10"
},
{
"name": "Project Delivery - Programme",
"type": "quality",
"description": "6"
},
{
"name": "Project Delivery - Project Team",
"type": "quality",
"description": "5"
},
{
"name": "Health & Safety and Environmental",
"type": "quality",
"description": "8"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"name": "Community Benefits Supporting Methodologies",
"type": "quality",
"description": "2"
},
{
"name": "Community Benefits Offering Menu",
"type": "quality",
"description": "4"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 630
},
"hasRenewal": true,
"renewal": {
"description": "The MTC will be awarded for a total of 21 months (9 months plus four 3-month extension periods). Following expiry of the MTC, the Council may elect to re-tender requirements."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
{
"scheme": "CPV",
"id": "45421130",
"description": "Installation of doors and windows"
},
{
"scheme": "CPV",
"id": "45421131",
"description": "Installation of doors"
},
{
"scheme": "CPV",
"id": "45421132",
"description": "Installation of windows"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
{
"scheme": "CPV",
"id": "45421130",
"description": "Installation of doors and windows"
},
{
"scheme": "CPV",
"id": "45421132",
"description": "Installation of windows"
},
{
"scheme": "CPV",
"id": "45421131",
"description": "Installation of doors"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "2"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD (Scotland) 4A.1 - Bidders must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) regulations 2015. --- SPD (Scotland) 4A.1 - Within the Qualification Envelope, Bidder's should provide a response confirming that they are on a relevant trade register i.e. Companies House and provide their Company Registration Number. Bidders identified for appointment to the MTC may be required to provide evidence that demonstrates they are",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "SPD (Scotland) 4B.4 - Bidders will be required to state the value(s) for the following financial ratio: Acid Test ratio of 1.00 and above. The acceptable range for Acid Test financial ratio is the bidders most recent financial year where fully audited accounts are available. The Acid Test financial ratio will be calculated as follows: Liquid Assets (Cash and Cash Equivalents + Marketable Securities + Accounts Receivable) / Current Liabilities --- SPD (Scotland) 4B.5 - 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: - Professional Indemnity - minimum 5m GBP (FIVE MILLION POUNDS STERLING) in the aggregate - Employer's (Compulsory) Liability Insurance - minimum 10m GBP (TEN MILLION POUNDS STERLING) for each and every claim - Public Liability - minimum 10m GBP (TEN MILLION POUNDS STERLING) for each and every claim - Product Liability - minimum 10m GBP (TEN MILLION POUNDS STERLING) in the aggregate",
"minimum": "SPD (Scotland) 4B.4 - The Acid Test (or Quick Ratio) compares a company's most short-term assets to its most short-term liabilities to see if a company has enough cash to pay its immediate liabilities, such as short-term debt. The Acid Test ratio disregards current assets that are difficult to liquidate quickly such as inventory. Within the Qualification Envelope, the bidder should state their Acid Test ratio score (using the calculation above) for their most recent financial year where fully audited accounts are available. Bidders who fail to provide a response to this question or fail to achieve an Acid Test ratio score of 1.00 or above within their Tender may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4B.5 - Within the Qualification Envelope, bidder's should confirm whether or not they: -have the required minimum levels of insurance, -do not have the required minimum levels of insurance but commit to obtaining required levels of insurance if successful in being appointed to the contract, -do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance, or -are exempt from requiring the minimum levels of insurance required by the Council. Bidders that do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance may be assessed as a FAIL and be excluded from the Procurement. Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD (Scotland) 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. --- SPD (Scotland) 4C.4 - Should bidders intend to use a supply chain to deliver part or all of the requirements detailed within the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through their supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. Where the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which demonstrates how they will improve their payment performance --- SPD (Scotland) 4C.6 - Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications - UKAS (or equivalent) accredited certificate of compliance in accordance with PAS 24:2016. --- SPD (Scotland) 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. --- SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Quality Assurance and Health and Safety is located within the Qualification Envelope of the PCS-Tender System.",
"minimum": "SPD (Scotland) 4C.1 - Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past five (5) years which best demonstrates their relevant experience to deliver requirements within the contract which were similar in regard to scope, scale, and duration. Within the Qualification Envelope, the bidder should provide a minimum of two (2) examples fully inclusive of the name of the contractual arrangement, a brief Description of the requirements, the duration of the contractual arrangement (including start and end dates (month /year) and the overall value. Bidders who fail to provide suitable examples of the same scope, scale, and duration of the contract may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4C.4 - Bidders who fail to confirm they have the systems in place to pay subcontractors through their supply chain promptly and effectively will be assessed as FAIL and being excluded from the Procurement. Where Bidders confirm that they do have systems in place to pay subcontractors through their supply chain promptly and effectively will be assessed as a PASS with the Council reserving the right to request copies of their standard payment terms, processing figures etc. to corroborate their confirmation --- SPD (Scotland) 4C.6 - Within the Qualification Envelope, the bidder should confirm they hold UKAS (or equivalent) accredited certificate of compliance in accordance with PAS 24:2016. The Council reserves the right to obtain a copy of tender certification to justify they hold the required accreditation / certification. Bidders unable to demonstrate they hold the appropriate UKAS (or equivalent) accredited certificate of compliance in accordance with PAS 24:2016 will be assessed as a fail and be excluded from the procurement process. --- SPD (Scotland) 4C.10 - Bidders should confirm whether they intend to subcontract any part of the contract and if so, what proportion will be sub-contracted. Bidders who fail to demonstrate the percentage of works to be sub-contracted may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Quality Assurance and Health and Safety is located within the Qualification Envelope of the PCS-Tender System. Bidders who are unable to demonstrate they have sufficent Quality Assurance and Health and Safety procedures in place may be assessed as a FAIL and be excluded from the Procurement.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Further information on MTC monitoring conditions is located within the ITT document within the PCS-T System.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-11-21T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2022-11-21T12:00:00Z"
},
"bidOpening": {
"date": "2022-11-21T12:00:00Z",
"address": {
"streetAddress": "Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the Opening of Tenders (as stated above) is subject to change at the Councils sole discretion."
}
},
"hasRecurrence": true,
"reviewDetails": "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 Cours or the Court of Session.",
"recurrence": {
"description": "The MTC will be awarded for a total of 21 months (9 months plus four 3-month extension periods). Following expiry of the MTC, the Council may elect to re-tender requirements."
}
},
"parties": [
{
"id": "GB-FTS-689",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "contractstrategy@northlan.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.northlanarkshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-26938",
"name": "Scottish Courts",
"identifier": {
"legalName": "Scottish Courts"
},
"address": {
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-77972",
"name": "Walker Profiles Ltd",
"identifier": {
"legalName": "Walker Profiles Ltd"
},
"address": {
"streetAddress": "35a Range Road",
"locality": "Motherwell",
"region": "UKM",
"postalCode": "ML1 2HR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-60258",
"name": "Belac Group Limited",
"identifier": {
"legalName": "Belac Group Limited"
},
"address": {
"streetAddress": "1 Sandpiper Way, Strathclyde Business Park",
"locality": "Bellshill",
"region": "UKM",
"postalCode": "ML4 3NG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-689",
"name": "North Lanarkshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000709514"
}
],
"language": "en",
"awards": [
{
"id": "008156-2023-1",
"relatedLots": [
"1"
],
"title": "Works Up to Max 10M GBP (7.5M GBP for Any One Order)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77972",
"name": "Walker Profiles Ltd"
}
]
},
{
"id": "008156-2023-2",
"relatedLots": [
"2"
],
"title": "Works Up to Max 5M GBP (3.75M GBP for Any One Order)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-60258",
"name": "Belac Group Limited"
}
]
}
],
"contracts": [
{
"id": "008156-2023-1",
"awardID": "008156-2023-1",
"title": "Works Up to Max 10M GBP (7.5M GBP for Any One Order)",
"status": "active",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"dateSigned": "2023-03-14T00:00:00Z"
},
{
"id": "008156-2023-2",
"awardID": "008156-2023-2",
"title": "Works Up to Max 5M GBP (3.75M GBP for Any One Order)",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"dateSigned": "2023-03-14T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 8
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 6
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 6
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 8
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 8
}
]
}
}