Notice Information
Notice Title
Framework Contract for Kitchwen, Bathroom and Rewiring to Domestic Properties 2018 - 2021
Notice Description
This Tender Documentation is for the provision of a framework contract for Kitchen, Bathroom and Rewiring Replacement to Domestic Properties 2018 - 2021.
Lot Information
Lot 1
This Tender Documentation is for the provision of a framework contract for Kitchen, Bathroom and Rewiring Replacement to Domestic Properties 2018 - 2021. Works will require to be carried out within various property types including semi-detached, four-in-ablock, terraced, low rise flatted blocks and high rise blocks. Individual properties will be identified which will be issued periodically throughout the contract period. The number of properties will vary. The properties will be located within the North Lanarkshire Council boundaries. However, they may be spread over a wide area. Significant numbers of properties may be included on an ad-hoc basis. However, the Council does not guarantee continuity of work and there may be instances when no properties are available for inclusion. No additional payment will be considered by the Council should this occur. This procurement exercise is being carried out as one framework contract and the works comprise:- -the removal and replacement of kitchens including attending and carrying out a survey, wall units, base units, worktops, sinks, associated electrical work and finishings. -the removal and replacement of bathrooms including attending and carrying out a survey, sanitary ware, flooring, electric shower or thermostatic bath and shower mixer with shower curtain and rail and replacement, associated electrical work and finishings. -the removal and replacement of existing wiring and accessories. -removal of artex (if found to contain asbestos) by a licensed asbestos Contractor (where identified in the Client Survey). -Rot treatment inclusive of surveys if required. -Disconnection, removal and storing of tenants special appliances and reconnect and test upon completion The Council will appoint the contractors ranked 1st - 6th to the Framework Contract. The framework contract will be operated on the basis of a call off procedure.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000526723
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY318754
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45453100 - Refurbishment work
Notice Value(s)
- Tender Value
- £30,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 May 20187 years ago
- Submission Deadline
- 22 Feb 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 8 May 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN307220&idx=2
22nd January 2018 - SOR Bill Nr 1 - Kitchen -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN307220&idx=3
22nd January 2018 - SOR Bill Nr 2 - Bathroom -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN307220&idx=4
22nd January 2018 - SOR Bill Nr 3 - Rewire -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN307220&idx=5
22nd January 2018 - Documents and Forms (Word Format) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN307220&idx=1
22nd January 2018 - Contract Document -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN307220
Framework Contract for Kitchwen, Bathroom and Rewiring to Domestic Properties 2018 - 2021 - This Tender Documentation is for the provision of a framework contract for Kitchen, Bathroom and Rewiring Replacement to Domestic Properties 2018 - 2021. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY318754
Framework Contract for Kitchwen, Bathroom and Rewiring to Domestic Properties 2018 - 2021 - This Tender Documentation is for the provision of a framework contract for Kitchen, Bathroom and Rewiring Replacement to Domestic Properties 2018 - 2021.
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-r6ebe6-0000526723-2018-05-08T00:00:00Z",
"date": "2018-05-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000526723",
"initiationType": "tender",
"parties": [
{
"id": "org-2",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Bryan Edmond",
"email": "edmondb@northlan.gov.uk",
"url": "http://",
"telephone": "+44 1698520704"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-2"
},
"tender": {
"id": "HO IU 16 085",
"title": "Framework Contract for Kitchwen, Bathroom and Rewiring to Domestic Properties 2018 - 2021",
"description": "This Tender Documentation is for the provision of a framework contract for Kitchen, Bathroom and Rewiring Replacement to Domestic Properties 2018 - 2021.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45453100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 30000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2018-02-22T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-02-22T12:00:00Z"
},
"documents": [
{
"id": "JAN307220",
"documentType": "contractNotice",
"title": "Framework Contract for Kitchwen, Bathroom and Rewiring to Domestic Properties 2018 - 2021",
"description": "This Tender Documentation is for the provision of a framework contract for Kitchen, Bathroom and Rewiring Replacement to Domestic Properties 2018 - 2021.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN307220",
"format": "text/html"
},
{
"id": "JAN307220-1",
"title": "Contract Document",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN307220&idx=1",
"datePublished": "2018-01-22T09:00:13Z",
"dateModified": "2018-01-22T09:00:13Z",
"format": "application/pdf"
},
{
"id": "JAN307220-2",
"title": "SOR Bill Nr 1 - Kitchen",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN307220&idx=2",
"datePublished": "2018-01-22T09:00:14Z",
"dateModified": "2018-01-22T09:00:14Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JAN307220-3",
"title": "SOR Bill Nr 2 - Bathroom",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN307220&idx=3",
"datePublished": "2018-01-22T09:00:14Z",
"dateModified": "2018-01-22T09:00:14Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JAN307220-4",
"title": "SOR Bill Nr 3 - Rewire",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN307220&idx=4",
"datePublished": "2018-01-22T09:00:14Z",
"dateModified": "2018-01-22T09:00:14Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JAN307220-5",
"title": "Documents and Forms (Word Format)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN307220&idx=5",
"datePublished": "2018-01-22T09:00:14Z",
"dateModified": "2018-01-22T09:00:14Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "MAY318754",
"documentType": "awardNotice",
"title": "Framework Contract for Kitchwen, Bathroom and Rewiring to Domestic Properties 2018 - 2021",
"description": "This Tender Documentation is for the provision of a framework contract for Kitchen, Bathroom and Rewiring Replacement to Domestic Properties 2018 - 2021.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY318754",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "This Tender Documentation is for the provision of a framework contract for Kitchen, Bathroom and Rewiring Replacement to Domestic Properties 2018 - 2021. Works will require to be carried out within various property types including semi-detached, four-in-ablock, terraced, low rise flatted blocks and high rise blocks. Individual properties will be identified which will be issued periodically throughout the contract period. The number of properties will vary. The properties will be located within the North Lanarkshire Council boundaries. However, they may be spread over a wide area. Significant numbers of properties may be included on an ad-hoc basis. However, the Council does not guarantee continuity of work and there may be instances when no properties are available for inclusion. No additional payment will be considered by the Council should this occur. This procurement exercise is being carried out as one framework contract and the works comprise:- -the removal and replacement of kitchens including attending and carrying out a survey, wall units, base units, worktops, sinks, associated electrical work and finishings. -the removal and replacement of bathrooms including attending and carrying out a survey, sanitary ware, flooring, electric shower or thermostatic bath and shower mixer with shower curtain and rail and replacement, associated electrical work and finishings. -the removal and replacement of existing wiring and accessories. -removal of artex (if found to contain asbestos) by a licensed asbestos Contractor (where identified in the Client Survey). -Rot treatment inclusive of surveys if required. -Disconnection, removal and storing of tenants special appliances and reconnect and test upon completion The Council will appoint the contractors ranked 1st - 6th to the Framework Contract. The framework contract will be operated on the basis of a call off procedure.",
"status": "cancelled",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-02-22T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "All journeymen shall be competent to carry out the electrical installation works, competence can be demonstrated by completion of a recognised Electrical Installation Apprenticeship and ownership of a recognised SJIB card. 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": "Determination of the Bidders financial status requires that in addition to the turnover limits stated below, all Bidders evidence the equivalent of Equifax ScoreCheck Grade of D- or above. Bidders who commenced trading within the last three years and therefore unable to provide information for the timeframe stipulated must detail the date they started trading within their submission. Any Bidder unable to demonstrate the required turnover to the Councils satisfaction will be excluded. It is recommended the Bidders review their own ScoreCheck Grade in advance of returning their Bidders Submission. If following this review, Bidders consider that the ScoreCheck Grade does not reflect their current financial status; the Bidder should give a detailed explanation at Question 4B.6 of the ESPD within the Bidders Response, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of the Bidder's financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a ScoreCheck Grade or equivalent rating, they must provide their audited financial accounts for the previous two years as part of their Bidders Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this size. This assessment will consider whether or not there is any significant financial risk identified. 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. Bidders will also be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. If the Bidder has decided to subcontract a part of the contract and relies on the subcontractor's capacities and capabilities to perform that part then a separate ESPDS for such subcontractors must be completed. This question should not be scored.",
"minimum": "In order to undertake the above assessment, bidders should provide its average yearly turnover over the last three years and as detailed in the contract notice this figure must be in excess of 2000000GBP for this procurement. Determination of the Bidders financial status requires that in addition to the turnover limits stated below, all Bidders evidence the equivalent of Equifax ScoreCheck Grade of D- or above. Employers (Compulsory) Liability Insurance = 10000000GBP Public Liability Insurance = 5000000GBP Product Liability Insurance = 5000000GBP Contractors All Risk Insurance = 10000000GBP The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section 3.1.2 (Economic and Financial Standing) . Fail = response is not compliant with the minimum requirement stated in the Contract Notice section 3.1.2 (Economic and Financial Standing)"
},
{
"type": "technical",
"description": "Bidders will be asked to demonstrate that they have relevant experience to deliver the works in relation to this procurement. Bidders must be able to provide examples, to the satisfaction of the Council showing experience within the last five years. Any Bidder unable to fulfil this requirement will be excluded. Bidders will be required to confirm that they have (or have access to) the relevant supply chain management systems used by them to deliver the requirements detailed in 11.2.4. Bidders will be required to confirm that they will employ environmental management measures to meet the following requirements: Carbon Reduction, Waste Reduction, Energy Efficiency. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the requirements detailed in 11.2.4.",
"minimum": "The scoring rationale of the evaluation panel for question 4C.1 is as follows: Score - Definition 100 - Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion 90 - Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of what is required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area 80 - Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high level of detail as to their capacity/ability/experience in this area 70 - Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and provides evidence of a reliable level of capacity/ability/experience in this area 60 - Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory depth but evidence of capacity/ability/experience in this area could have been more detailed 50 - Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail of evidence of capacity/ability/experience in this area 40 - Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas 30 - Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited evidence as to the candidate's capacity/ability/experience in this area 20 - Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate's capacity/ability/experience in this area 10 - Response demonstrates little evidence of the candidate's understanding or explanation of the candidate's capacity/ability/experience in this area 0 - Nil or irrelevant response 4C.10 - If the bidder has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part then a separate ESPD for such subcontractors must be completed for sections: Part II Information concerning the bidder A: Information about the bidder B: Information about representatives of the bidder Part III Exclusions Grounds A: Grounds Relating to Criminal Convictions B: Grounds Relating to the payment of taxes or social security contributions C: Blacklisting D: Grounds Relating to insolvency, conflicts of interests or professional misconduct. Part IV Selection Criteria (only the sections that the entity is being relied upon)"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 6
}
},
"classification": {
"id": "45453100",
"scheme": "CPV"
},
"reviewDetails": "The Council will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. A Tenderer that suffers, or risks suffering loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sherriff Court or the Court of Session.",
"hasRecurrence": false
},
"language": "EN",
"description": "TUPE may apply. Refer to information within Contract Documents. Bidders should note that both Section 9 Quality Questionnaire and Section 11 Selection Stage Document 2 Bidders Response (ESPD) must be fully completed to ensure tender submission is considered complete. Failure to fully complete all questions may result in submission being deemed non-compliant. (SC Ref:542040)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000526723"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000526723"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "HO IU 16 085",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 015-030092"
}
]
}