Notice Information
Notice Title
SLC Supply and Delivery of Double Glazed (Frameless) Units
Notice Description
Supply and delivery of double glazed frameless units to various locations within the South Lanarkshire geographical area.
Lot Information
Lot 1
The contract is for the supply and delivery only of double glazed frameless units for the maintenance section who provide a repair, support and maintenance service, to various locations within the geographical area of South Lanarkshire. The contract will be based on a service level agreement of deliveries being made Monday to Thursday 9.00am to 15.30pm and Friday 9.00am to 12.00 noon. These delivery details maybe changed by South Lanarkshire Council at any time to meet the needs of the business.
Renewal: There will be an option of a further two 12 month extension periods which will be dependant on service & performance and the availability of Council funding.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000568983
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN342607
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- 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
45 - Construction work
-
- CPV Codes
45441000 - Glazing work
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Jan 20197 years ago
- Submission Deadline
- 27 Feb 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- 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
- SOUTH LANARKSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement_service@southlanarkshire.gov.uk
- Contact Phone
- +44 03031231015
Buyer Location
- Locality
- HAMILTON
- Postcode
- ML3 0AA
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM95 South Lanarkshire
- Delivery Location
- TLM95 South Lanarkshire
-
- Local Authority
- South Lanarkshire
- Electoral Ward
- Hamilton North and East
- Westminster Constituency
- Hamilton and Clyde Valley
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN342607
SLC Supply and Delivery of Double Glazed (Frameless) Units - Supply and delivery of double glazed frameless units to various locations within the South Lanarkshire geographical area.
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-r6ebe6-0000568983-2019-01-21T00:00:00Z",
"date": "2019-01-21T00:00:00Z",
"ocid": "ocds-r6ebe6-0000568983",
"initiationType": "tender",
"parties": [
{
"id": "org-57",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "Council Headquarters, Almada Street",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA"
},
"contactPoint": {
"email": "Procurement_service@southlanarkshire.gov.uk",
"telephone": "+44 03031231015",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"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.southlanarkshire.gov.uk"
}
}
],
"buyer": {
"name": "South Lanarkshire Council",
"id": "org-57"
},
"tender": {
"id": "SLC/PS/HTR/18/320",
"title": "SLC Supply and Delivery of Double Glazed (Frameless) Units",
"description": "Supply and delivery of double glazed frameless units to various locations within the South Lanarkshire geographical area.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45441000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-02-27T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-02-27T12:00:00Z"
},
"documents": [
{
"id": "JAN342607",
"documentType": "contractNotice",
"title": "SLC Supply and Delivery of Double Glazed (Frameless) Units",
"description": "Supply and delivery of double glazed frameless units to various locations within the South Lanarkshire geographical area.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN342607",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The contract is for the supply and delivery only of double glazed frameless units for the maintenance section who provide a repair, support and maintenance service, to various locations within the geographical area of South Lanarkshire. The contract will be based on a service level agreement of deliveries being made Monday to Thursday 9.00am to 15.30pm and Friday 9.00am to 12.00 noon. These delivery details maybe changed by South Lanarkshire Council at any time to meet the needs of the business.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "There will be an option of a further two 12 month extension periods which will be dependant on service & performance and the availability of Council funding."
}
}
],
"bidOpening": {
"date": "2019-02-27T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015."
},
{
"type": "economic",
"description": "The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to ESPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided. The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims."
},
{
"type": "technical",
"description": "Bidders must provide relevant examples of similar supply contracts undertaken in the last 3 years which must be of similar value/scope to materials being procured. It is a mandatory requirement of this tender that bidders hold the following environmental standard(s)/accreditation(s): - ISO 14001:20015 Environmental Management Systems Accreditation (or equivalent) Applicants must provide copies of their current EMS accreditation certificate (or equivalent), sustainable development/environmental policy with their tender submission. Glass products must conform to the following Glazing Standards. Please note the pricing schedule indicates previous products purchased, this is no way precludes submissions offering alternative manufacturers. Please note where an alternative is being offered please clearly indicate on pricing schedule. 1. Basic soda lime silicate Glass (EN 572-9) 2. Coated Glass (EN 1096-4) 3. Toughened Glass (EN12150-2) 4. Heat Strengthened Glass 5. Safety Glass (BS 6262: part :1994) The cavity width can vary from 6mm to 20mm, rising in 2mm increments this width is dictated by the frame size under repair. The spacer bar shall be of aluminium manufacture."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "45441000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. ESPD Questions 3A - 3C have been identified as mandatory exclusion grounds and ESPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. In a restricted tendering procedure, prior to the issue of invitation to tender, the bidders who are being recommended for issue of tenders will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. ESPD Question 2D.1 Prompt Payment Certificate Form of Offer to Tender* ESPD Question 3D.11 Non-Collusion Certificate ESPD Question 4B.5.1 Insurance Certificates ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration ESPD Question 3A.6 Modern Slavery Act 2015 Declaration *The 'Form of Offer to Tender' must be completed and uploaded within the relevant question in the Commercial Envelope. In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the ESPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12623. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: The Council is committed to securing community benefits through its contracts. Bidders will be asked to detail any community benefits they with to offer the Council as part of their bid. (SC Ref:568983)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568983"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}