{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000493264-2017-10-26T00:00:00Z",
    "date": "2017-10-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000493264",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-8",
            "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://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "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"
            }
        },
        {
            "id": "org-11",
            "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-11"
    },
    "tender": {
        "id": "16/0068",
        "title": "16/0068 Framework for Supply of Timber Windows and External Doors",
        "description": "The Moray Council are seeking to establish a Framework Agreement for the provision of a comprehensive supply and delivery service for timber windows and engineered timber external doors to progress the Housing Improvement Programme for a period of 3 years with the option of a further year extension. The Framework Agreement will include the following lots; Lot 1 - Supply and delivery of Timber Windows Lot 2 - Supply and delivery of Engineered Timber External Doors",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "44221100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44221110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "03419100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM62"
                    },
                    {
                        "region": "UKM62"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "44221200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "03419100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM62"
                    },
                    {
                        "region": "UKM62"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 2000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-05-29T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR281456",
                "documentType": "contractNotice",
                "title": "16/0068 Framework for Supply of Timber Windows and External Doors",
                "description": "The Moray Council are seeking to establish a Framework Agreement for the provision of a comprehensive supply and delivery service for timber windows and engineered timber external doors to progress the Housing Improvement Programme for a period of 3 years with the option of a further year extension. The Framework Agreement will include the following lots; Lot 1 - Supply and delivery of Timber Windows Lot 2 - Supply and delivery of Engineered Timber External Doors",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR281456",
                "format": "text/html"
            },
            {
                "id": "OCT299423",
                "documentType": "awardNotice",
                "title": "16/0068 Framework for Supply of Timber Windows and External Doors",
                "description": "The Moray Council are seeking to establish a Framework Agreement for the provision of a comprehensive supply and delivery service for timber windows and engineered timber external doors to progress the Housing Improvement Programme for a period of 3 years with the option of a further year extension. The Framework Agreement will include the following lots; Lot 1 - Supply and delivery of Timber Windows Lot 2 - Supply and delivery of Engineered Timber External Doors",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT299423",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Supply and delivery of Timber Windows",
                "description": "The Moray Council are seeking to establish a Framework Agreement for the provision of a comprehensive supply and delivery service for timber windows and engineered timber external doors to progress the Housing Improvement Programme for a period of 3 years with the option of a further year extension. The Framework Agreement will include the following lots; Lot 1 - Supply and delivery of Timber Windows Lot 2 - Supply and delivery of Engineered Timber External Doors. This Lot will be awarded",
                "status": "complete",
                "value": {
                    "amount": 1600000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Supply and Delivery of Windows and Doors"
                }
            },
            {
                "id": "2",
                "title": "Supply and delivery of Engineered Timber External Doors",
                "description": "The Moray Council are seeking to establish a Framework Agreement for the provision of a comprehensive supply and delivery service for timber windows and engineered timber external doors to progress the Housing Improvement Programme for a period of 3 years with the option of a further year extension. The Framework Agreement will include the following lots; Lot 1 - Supply and delivery of Timber Windows Lot 2 - Supply and delivery of Engineered Timber External Doors. This Lot will not be awarded",
                "status": "complete",
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Supply and Delivery of Timber Windows and Doors"
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2017-06-02T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Trade Registers: 4A.1 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": "Economic and Financial Standing: 4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of GBP 1,000,000 for the last 2 years 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: Employer's (Compulsory) Liability Insurance = GBP 5 million Public Liability Insurance =GBP 5 million Professional Indemnity Insurance = GBP 5 million Product Liability Insurance = GBP 5 million http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "Technical and Professional Ability: 4C.1.1 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Technical and Professional Ability: Technical 4C.2 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 4C.3 Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. 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 OJEU Contract Notice or the relevant section of the Site Notice. Technical and Professional ability: Qualifications 4C.6 a) Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: General education; SQA, GCSE, Vocational qualifications; QVQ, NVQ, C&G Professional; ILM Level , CMI Level. And/Or: 4C.6.1 b) Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: Technical and Professional ability: Environmental Management 4C.7 Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Chain of Custody Certification, CPET, PEFC, SFI, CSA, BRE Green Guide Rating, BRE Climate Change Rating. Technical and Professional ability: Subcontracting 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Technical and Professional ability: Products 4C.11 Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity: The bidder must confirm that they will provide certificates of authenticity where required. Technical and Professional ability: Quality Control 4C.12 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: BS/EN 9001, CE Mark, BBA Certificate, SBD:BS7950, UKAS Certification. 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": "Please note that this section is being scored in the PQQ technical envelope"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3
            }
        },
        "classification": {
            "id": "44221000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "May 2021"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 084-162818"
        }
    ],
    "description": "Quality Assurance Schemes: 4D.1 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. Environmental Management Standards: 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 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). (SC Ref:512805)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000493264"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000493264"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "16/0068-1",
            "title": "Supply and delivery of Timber Windows",
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "16/0068-2",
            "title": "Supply and delivery of Engineered Timber External Doors",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful",
            "relatedLots": [
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "16/0068-1",
            "awardID": "16/0068-1",
            "title": "Supply and delivery of Timber Windows",
            "status": "active",
            "dateSigned": "2017-09-28T00:00:00Z"
        }
    ]
}