Notice Information
Notice Title
Renewal of External Doors and Windows to Properties and Communal Areas
Notice Description
Link is seeking a contractor to deliver a customer focused supply and fit window and door replacement contract as part of Link Group's Planned Maintenance Programme 2017/18. Link can at their sole discretion extend the period of the contract by a further one year beyond the contract period stated. The anticipated expenditure for this year is in the region of 300,000.00 GBP inclusive of VAT with a possible further 300,000 GBP inclusive of VAT in 2018/2019.
Lot Information
Lot 1
Link is seeking a contractor to deliver a customer focused supply and fit window and door replacement contract as part of Link Group's Planned Maintenance Programme 2017/18. Link can at their sole discretion extend the period of the contract by a further one year beyond the contract period stated. The anticipated expenditure for this year is in the region of 300,000.00 GBP inclusive of VAT with a possible further 300,000 GBP inclusive of VAT in 2018/2019. Window replacement will be either with UPVC or timber pre-finished high performance casement windows, "H" type factory applied finish. Units are all to include finishing's dependent on type and location of the properties affected. The successful contractor will be required, as an essential part of their contract to procure, co-ordinate and install new windows and doors which have been procured by means of a performance specification and will be responsible for managing the supply chain arrangements for the project in its entirety. The contractor must be able to supply directly employed labour for the installation of the windows and doors and associated works. In addition, all operatives must have asbestos awareness training and be cleared under the Disclosure and Barring Service checking system or equivalent. Link Group Ltd will require the successful contractor to deliver community benefit as part of the delivery of the works. Contractors who are invited to tender will be required to complete a Method Statement and an Employment and Skills Plan (ESP) outlining when and how these community benefits will be delivered. It is a requirement that the 17/18 programme is completed before 31st March 2018. Therefore UPVC and timber manufacturers lead times must be achievable to commence window and door installs in September 2017. Year 1 2017/2018 approximately 71 properties to have window replacements and 20 communal doors and windows to be replaced. Year 2 2018/2019 (to be awarded at Links discretion) Approximately 60 properties to have windows replaced and additional communal windows and doors. All Contractors will be assessed through the initial ESPD stage and only those with the appropriate experience, resources and management systems will be invited to proceed to the tender stage. No more than the top 5 scoring ESPD submissions will be taken through to tender stage. The ESPDs will be marked by a panel of officers from Link with the information being used in the following ways. As indicated below, after review of the ESPDs, Link will reduce the number of qualified candidates to 5 by attributing scores to certain questions. The 5 candidates who receive the highest scores will be invited to tender. The marks available in respect of each of the scored questions is set out below and marks will be allocated to the relevant responses as follows: % Points Criteria 0% No response 20% Complete failure to provide relevant information 40% Limited response 60% Adequate response 80% Good response 100% Excellent response
Renewal: At Links discretion the contract can be extended in to 2018/2019 for 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000496053
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY283908
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45421100 - Installation of doors and windows and related components
Notice Value(s)
- Tender Value
- £600,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 May 20178 years ago
- Submission Deadline
- 9 Jun 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Sep 2017 - 31 Mar 2018 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LINK GROUP
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH14 1RL
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- Not specified
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Fountainbridge/Craiglockhart
- Westminster Constituency
- Edinburgh South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY283908&idx=4
24th May 2017 - LINK ESPD -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY283908
Renewal of External Doors and Windows to Properties and Communal Areas - Link is seeking a contractor to deliver a customer focused supply and fit window and door replacement contract as part of Link Group's Planned Maintenance Programme 2017/18. Link can at their sole discretion extend the period of the contract by a further one year beyond the contract period stated. The anticipated expenditure for this year is in the region of 300,000.00 GBP inclusive of VAT with a possible further 300,000 GBP inclusive of VAT in 2018/2019.
Notice URLs
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-r6ebe6-0000496053-2017-05-24T00:00:00Z",
"date": "2017-05-24T00:00:00Z",
"ocid": "ocds-r6ebe6-0000496053",
"initiationType": "tender",
"parties": [
{
"id": "org-40",
"name": "Link Group",
"identifier": {
"legalName": "Link Group"
},
"address": {
"streetAddress": "2c New Mart Road",
"locality": "Edinburgh",
"region": "UK",
"postalCode": "EH14 1RL"
},
"contactPoint": {
"email": "christine.moore@linkhaltd.co.uk",
"telephone": "+44 3303030124",
"url": "http://www.publiccontractsscotland.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Registered Social Landlord",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.publiccontractsscotland.co.uk"
}
}
],
"buyer": {
"name": "Link Group",
"id": "org-40"
},
"tender": {
"id": "PM01 2017/2018",
"title": "Renewal of External Doors and Windows to Properties and Communal Areas",
"description": "Link is seeking a contractor to deliver a customer focused supply and fit window and door replacement contract as part of Link Group's Planned Maintenance Programme 2017/18. Link can at their sole discretion extend the period of the contract by a further one year beyond the contract period stated. The anticipated expenditure for this year is in the region of 300,000.00 GBP inclusive of VAT with a possible further 300,000 GBP inclusive of VAT in 2018/2019.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45421100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Various across central Scotland to include; Tillicoultry, Falkirk, Linlithgow, Port Glasgow and Edinburgh in Year 1"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 600000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.co.uk",
"tenderPeriod": {
"endDate": "2017-06-09T12:00:00Z"
},
"documents": [
{
"id": "MAY283908",
"documentType": "contractNotice",
"title": "Renewal of External Doors and Windows to Properties and Communal Areas",
"description": "Link is seeking a contractor to deliver a customer focused supply and fit window and door replacement contract as part of Link Group's Planned Maintenance Programme 2017/18. Link can at their sole discretion extend the period of the contract by a further one year beyond the contract period stated. The anticipated expenditure for this year is in the region of 300,000.00 GBP inclusive of VAT with a possible further 300,000 GBP inclusive of VAT in 2018/2019.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY283908",
"format": "text/html"
},
{
"id": "MAY283908-4",
"title": "LINK ESPD",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY283908&idx=4",
"datePublished": "2017-05-24T11:42:09Z",
"dateModified": "2017-05-24T11:42:09Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
],
"lots": [
{
"id": "1",
"description": "Link is seeking a contractor to deliver a customer focused supply and fit window and door replacement contract as part of Link Group's Planned Maintenance Programme 2017/18. Link can at their sole discretion extend the period of the contract by a further one year beyond the contract period stated. The anticipated expenditure for this year is in the region of 300,000.00 GBP inclusive of VAT with a possible further 300,000 GBP inclusive of VAT in 2018/2019. Window replacement will be either with UPVC or timber pre-finished high performance casement windows, \"H\" type factory applied finish. Units are all to include finishing's dependent on type and location of the properties affected. The successful contractor will be required, as an essential part of their contract to procure, co-ordinate and install new windows and doors which have been procured by means of a performance specification and will be responsible for managing the supply chain arrangements for the project in its entirety. The contractor must be able to supply directly employed labour for the installation of the windows and doors and associated works. In addition, all operatives must have asbestos awareness training and be cleared under the Disclosure and Barring Service checking system or equivalent. Link Group Ltd will require the successful contractor to deliver community benefit as part of the delivery of the works. Contractors who are invited to tender will be required to complete a Method Statement and an Employment and Skills Plan (ESP) outlining when and how these community benefits will be delivered. It is a requirement that the 17/18 programme is completed before 31st March 2018. Therefore UPVC and timber manufacturers lead times must be achievable to commence window and door installs in September 2017. Year 1 2017/2018 approximately 71 properties to have window replacements and 20 communal doors and windows to be replaced. Year 2 2018/2019 (to be awarded at Links discretion) Approximately 60 properties to have windows replaced and additional communal windows and doors. All Contractors will be assessed through the initial ESPD stage and only those with the appropriate experience, resources and management systems will be invited to proceed to the tender stage. No more than the top 5 scoring ESPD submissions will be taken through to tender stage. The ESPDs will be marked by a panel of officers from Link with the information being used in the following ways. As indicated below, after review of the ESPDs, Link will reduce the number of qualified candidates to 5 by attributing scores to certain questions. The 5 candidates who receive the highest scores will be invited to tender. The marks available in respect of each of the scored questions is set out below and marks will be allocated to the relevant responses as follows: % Points Criteria 0% No response 20% Complete failure to provide relevant information 40% Limited response 60% Adequate response 80% Good response 100% Excellent response",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2017-09-01T00:00:00Z",
"endDate": "2018-03-31T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "At Links discretion the contract can be extended in to 2018/2019 for 12 months."
}
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"contractTerms": {
"performanceTerms": "Link's own performance depends on the service provided by the Contractor. It is therefore essential that, to ensure Link's performance is maintained and its reputation protected. A range of key performance indicators (KPIs) are in place and monitored by all parties. Customer Satisfaction - Product. Target 100% Customer Satisfaction - Overall. Target 100% Snagging. Target Zero % Defects. Target Zero % Predictability Time - Overall Programme delivery Target Zero days Predictability Time - Completion of individual properties Target Zero Waste management Target 80% or above Safety To maximise health and safety Number of recordable incidents target Zero Construction Costs To achieve financial target Target On or below cost Complaints as per complaints procedure."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-06-23T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "o Bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. o Question ref 4A.1: The Main Contractor or their sub-contractors will be expected to hold memberships and accreditations with the following or equivalent organisation; FENSA certificate or equivalent, Secure by Design, CERTASS,"
},
{
"type": "economic",
"description": "o Question ref 4B1.2: Bidders are required to have an average yearly turnover of 600,000 GBP for the last 5 years. Question ref 4B2.2: Bidders will be required to have an average yearly turnover of a minimum of 600,000.00 GBP in the business area covered by the contract for the last 5 years. o Question ref 4B.3:Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. o Question ref 4B.4: Bidders will be required to state the values for the following financial ratio(s), from their most recent set of accounts; Ratio 1 the Acid Test - (Current Assets-stock)/Current Liabilities. A company with an Acid Test Ratio of less than 1 cannot currently pay back its current liabilities. Therefore to pass the Acid Test Ratio question the bidder must have a score of greater than 1. Ratio 2 Return on Capital Employed % - Profit/Capital/employed. Return on capital employed or ROCE is used to prove the value the business gains from its assets and liabilities. To pass this question the Association requires the bidder to score a positive figure/percentage. Ratio 3 Current Ratio - Current Assets/Liabilities. The current ratio is a liquidity ratio that measures a company's ability to pay short-term obligations. To pass this question the Association requires the bidder to achieve a score of greater than 1. The Association will consider a Pass in any two of the three ratios as an overall Pass for this part of the assessment. o Question ref 4B.5.1 Question ref; 4B.5.1; It is a requirement of this contract that bidders hold, or can commit to obtain prior to commencement of any subsequently awarded contract, the types and levels of insurances indicated below; Employer's (Compulsory) Liability Insurance - 10m GBP Public Liability Insurance - 5m GBP"
},
{
"type": "technical",
"description": "oo Question ref 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 Contract Notice or the relevant section of the Site Notice. The examples selected must include the following as a minimum; Bidders must be able to provide evidence of experience in successfully delivering this type of contract or two contracts of a similar nature, to the one described in the Notice, as the Main Contractor in the last 5 years. As a minimum requirement the contract examples must include installations in occupied residential properties, including managing access, lead times on manufacturing UPVC and timber units and references/proof of works completed must be provided. The contractor must be able to supply directly employed labour for the installation of the windows and doors and associated works. The example contracts must have reached Practical Completion Stage. In addition, all operatives must have asbestos awareness training and be cleared under the Disclosure and Barring Service checking system or equivalent. o Question ref 4C.4 Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the Contract Notice or the relevant section of the Site Notice. This will include lead times on timber and UPVC windows to ensure a start date of 01 September 2017 o Question ref 4C.8.1 Bidders will require to confirm their average annual manpower for the last three years. o Question ref 4C.8.2 Bidders will be required to confirm the number of managerial staff for the last three years. o Question ref 4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Contract Notice or the relevant section of the Site Notice. o Question ref 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract.",
"minimum": "o Question ref 4D.1: Quality Management Procedures: The bidder MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR 2. The bidder must have the following: a. 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. Health and Safety Procedures: The bidder MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS 0HSAS 18001 (or equivalent), or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP)forum OR, 4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. 4l. FOR CONSTRUCTION/WORKS CONTRACTS ONLY Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder's employees. This must demonstrate that suitable welfare facilities will be in place before starting work on site, whether provided by site specific arrangements or the bidder's own organisational measures. o Question ref 4D.2 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR The bidder must have the following: a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control). Dependant of the comprehensiveness of the response, a percentage from the Selection Criteria table shown in 4.3 above will be credited to each of the weighted questions. That percentage will be against the maximum score available, shown below. Scores will be attributed to the following questions and the 5 candidates with the highest scores will be invited to tender. Question Maximum score available 4C.1 70 4C.4 10 4C.8.1 5 4C.8.2 5 4C.9 5 4C.10 5 Evidence must be provided to confirm lead times on timber and PVC windows and doors."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "45421100",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=496053. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Link Group Ltd will require the successful contractor to deliver community benefit as part of the delivery of the works. Contractors who are invited to tender will be required to complete a Method Statement and an Employment and Skills Plan (ESP) outlining when and how these community benefits will be delivered. (SC Ref:496053) Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=496053",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000496053"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}