Notice Information
Notice Title
Award of 17/0020 Building Materials Framework
Notice Description
Building Materials Framework
Lot Information
Garage Doors and Accessories
Lot 1 Garage Doors and Accessories.
Renewal: Option to extend for 12 Months.
Roofing MaterialsBuilding Supplies Framework
Renewal: Option to extend of 12 months.
Powders and SealantsBuilding Supplies Framework
Renewal: Option to extend of 12 months.
Precast MaterialsBuilding Supplies Framework
Renewal: Option to extend for 12 months.
Wall Tiles and AdhesivesBuilding Supplies Framework
Renewal: Option to extend of 12 months
Plasterboard and InteriorsBuilding Supplies Framework
Renewal: Option to extend of 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000513130
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN307217
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
39812500 - Sealants
44111000 - Building materials
44111100 - Bricks
44111700 - Tiles
44112500 - Roofing materials
44221240 - Garage doors
45324000 - Plasterboard works
Notice Value(s)
- Tender Value
- £720,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Jan 20188 years ago
- Submission Deadline
- 3 Nov 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Jan 20188 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2021
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MORAY COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@moray.gov.uk
- Contact Phone
- +44 1343563137
Buyer Location
- Locality
- ELGIN
- Postcode
- IV30 1BX
- Post Town
- Inverness
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM62 Inverness and Nairn, Moray, and Badenoch and Strathspey
-
- Local Authority
- Moray
- Electoral Ward
- Elgin City North
- Westminster Constituency
- Moray West, Nairn and Strathspey
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297484
17/0020 Building Materials Framework - Building Materials Framework -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN307217
Award of 17/0020 Building Materials Framework - Building Materials Framework
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-r6ebe6-0000513130-2018-01-18T00:00:00Z",
"date": "2018-01-18T00:00:00Z",
"ocid": "ocds-r6ebe6-0000513130",
"initiationType": "tender",
"parties": [
{
"id": "org-18",
"name": "Moray Council",
"identifier": {
"legalName": "Moray Council"
},
"address": {
"streetAddress": "High Street",
"locality": "Elgin",
"region": "UKM62",
"postalCode": "IV30 1BX"
},
"contactPoint": {
"email": "procurement@moray.gov.uk",
"telephone": "+44 1343563137"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-33",
"name": "Moray Council",
"identifier": {
"legalName": "Moray Council"
},
"address": {
"streetAddress": "High Street",
"locality": "Elgin",
"region": "UKM62",
"postalCode": "IV30 1BX"
},
"contactPoint": {
"email": "procurement@moray.gov.uk",
"telephone": "+44 1343563137",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.moray.gov.uk"
}
}
],
"buyer": {
"name": "Moray Council",
"id": "org-33"
},
"tender": {
"id": "17/0020",
"title": "Award of 17/0020 Building Materials Framework",
"description": "Building Materials Framework",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "44221240",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Moray"
},
"deliveryAddresses": [
{
"region": "UKM62"
},
{
"region": "UKM62"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "44112500",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Moray"
},
"deliveryAddresses": [
{
"region": "UKM62"
},
{
"region": "UKM62"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "39812500",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Moray"
},
"deliveryAddresses": [
{
"region": "UKM62"
},
{
"region": "UKM62"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "44111100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Moray"
},
"deliveryAddresses": [
{
"region": "UKM62"
},
{
"region": "UKM62"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "44111700",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Moray"
},
"deliveryAddresses": [
{
"region": "UKM62"
},
{
"region": "UKM62"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"id": "45324000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Moray"
},
"deliveryAddresses": [
{
"region": "UKM62"
},
{
"region": "UKM62"
}
],
"relatedLot": "6"
}
],
"value": {
"amount": 720000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-11-03T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-11-03T12:00:00Z"
},
"documents": [
{
"id": "OCT297484",
"documentType": "contractNotice",
"title": "17/0020 Building Materials Framework",
"description": "Building Materials Framework",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297484",
"format": "text/html"
},
{
"id": "JAN307217",
"documentType": "awardNotice",
"title": "Award of 17/0020 Building Materials Framework",
"description": "Building Materials Framework",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN307217",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Garage Doors and Accessories",
"description": "Lot 1 Garage Doors and Accessories.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for 12 Months."
}
},
{
"id": "2",
"title": "Roofing Materials",
"description": "Building Supplies Framework",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend of 12 months."
}
},
{
"id": "3",
"title": "Powders and Sealants",
"description": "Building Supplies Framework",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend of 12 months."
}
},
{
"id": "4",
"title": "Precast Materials",
"description": "Building Supplies Framework",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for 12 months."
}
},
{
"id": "5",
"title": "Wall Tiles and Adhesives",
"description": "Building Supplies Framework",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend of 12 months"
}
},
{
"id": "6",
"title": "Plasterboard and Interiors",
"description": "Building Supplies Framework",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend of 12 months"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2017-11-03T12:00:00Z"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
},
{
"type": "economic",
"description": "The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator. Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:",
"minimum": "Employer's (Compulsory) Liability Insurance = 5,000,000.00 GBP Public Liability Insurance = 5,000,000.00 GBP"
},
{
"type": "technical",
"description": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 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 OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. The bidder must confirm that they will provide certificates of authenticity where required. Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards: Where an appropriate EU or British Standard Specification applies - all goods must, as a minimum requirement - be in accordance with that standard. If this cannot be provided, bidders will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation)",
"minimum": "Quality Management Procedures 1. 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, and 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. Also see additional information. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 30
}
},
"classification": {
"id": "44111000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "2021"
}
},
"language": "EN",
"description": "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 2. 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). b. Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence the bidder's organisation's environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these arrangements are communicated to the workforce, in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints. c. Documented arrangements for providing employees with training and information on environmental issues, including evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice. d. Documented arrangements for checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice. e. Documented arrangements checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access and deal with environmental risks. f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.). g. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier's environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder's supply chain. (SC Ref:526592)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000513130"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000513130"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "17/0020-1",
"title": "Garage Doors and Accessories",
"relatedLots": [
"1"
]
},
{
"id": "17/0020-2",
"title": "Roofing Materials",
"relatedLots": [
"2"
]
},
{
"id": "17/0020-3",
"title": "Powders and Sealants",
"relatedLots": [
"3"
]
},
{
"id": "17/0020-4",
"title": "Precast Materials",
"relatedLots": [
"4"
]
},
{
"id": "17/0020-5",
"title": "Wall Tiles and Adhesives",
"relatedLots": [
"5"
]
},
{
"id": "17/0020-6",
"title": "Plasterboard and Interiors",
"relatedLots": [
"6"
]
}
],
"contracts": [
{
"id": "17/0020-1",
"awardID": "17/0020-1",
"title": "Garage Doors and Accessories",
"status": "active",
"dateSigned": "2018-01-15T00:00:00Z"
},
{
"id": "17/0020-2",
"awardID": "17/0020-2",
"title": "Roofing Materials",
"status": "active",
"dateSigned": "2018-01-15T00:00:00Z"
},
{
"id": "17/0020-3",
"awardID": "17/0020-3",
"title": "Powders and Sealants",
"status": "active",
"dateSigned": "2018-01-15T00:00:00Z"
},
{
"id": "17/0020-4",
"awardID": "17/0020-4",
"title": "Precast Materials",
"status": "active",
"dateSigned": "2018-01-15T00:00:00Z"
},
{
"id": "17/0020-5",
"awardID": "17/0020-5",
"title": "Wall Tiles and Adhesives",
"status": "active",
"dateSigned": "2018-01-15T00:00:00Z"
},
{
"id": "17/0020-6",
"awardID": "17/0020-6",
"title": "Plasterboard and Interiors",
"status": "active",
"dateSigned": "2018-01-15T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 192-392935"
}
]
}