Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Aluminium Windows & Doors

  • First published: 03 November 2023
  • Last modified: 03 November 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-136095
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
03 November 2023
Deadline date:
15 December 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This opportunity has been listed by LHC Procurement Group on behalf of the Welsh Procurement Alliance (WPA) and our other regional entities: Consortium Procurement Construction (CPC) LHC London and South East (LSE) South-West Procurement Alliance (SWPA) Scotttish Procurement Alliance (SPA) LHC Procurement Group are looking for suitable organisations to bid for our Aluminium Windows and Doors Framework (A8). This will be it's 8th iteration and will seek to build on the strengths of our existing product. LHC will be hosting a webinar event for manufacturers and installer organisations interested in bidding for this framework. The date and time of this webinar is to be confirmed, you can receive an update on this by visiting the In-Tend portal below. https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17 CPV: 45421100, 45421100, 45421110, 44221000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

Tredomen Park

Ystrad Mynach

CF82 7FQ

UK

Contact person: Procurement

Telephone: +44 1895274800

E-mail: procurement@lhcprocure.org.uk

NUTS: UK

Internet address(es)

Main address: https://www.welshprocurement.cymru/

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Public sector framework provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Aluminium Windows & Doors

Reference number: A8

II.1.2) Main CPV code

45421100

 

II.1.3) Type of contract

Works

II.1.4) Short description

This opportunity has been listed by LHC Procurement Group on behalf of the Welsh Procurement Alliance (WPA) and our other regional entities:

Consortium Procurement Construction (CPC)

LHC London and South East (LSE)

South-West Procurement Alliance (SWPA)

Scotttish Procurement Alliance (SPA)

LHC Procurement Group are looking for suitable organisations to bid for our Aluminium Windows and Doors Framework (A8). This will be it's 8th iteration and will seek to build on the strengths of our existing product.

LHC will be hosting a webinar event for manufacturers and installer organisations interested in bidding for this framework. The date and time of this webinar is to be confirmed, you can receive an update on this by visiting the In-Tend portal below.

https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17

II.1.5) Estimated total value

Value excluding VAT: 20 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45421100

45421110

44221000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The Aluminium Windows and Doors Framework will be the successor to LHC's current Aluminium Windows and Doors Framework (A7) which expires May 2024. The framework will be designed to support clients with the design, supply and installation of aluminium windows, doors, doorsets, and curtain walling for all types of public sector refurbishment and new build projects.

LHC will be hosting a webinar event for manufacturers and installer organisations interested in bidding for this framework. The date and time of this webinar is to be confirmed.

You can receive an update on this by visiting the In-Tend Portal below.

https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17

II.2.5) Award criteria

Criteria below:

Quality criterion: Regional Capability Questions / Weighting: 15%

Quality criterion: Technical Capability Questions / Weighting: 40%

Quality criterion: Factory Assessment / Weighting: 15%

Price / Weighting:  30%

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

A posibility for a one year extension if required.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to six (6) bidders per regional area to ensure LHC clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Full details of the minimum requirements to be considered eligible to bid for this framework can be found in the procurement documents provided through the In-Tend Portal.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

For the financial stability assessment, LHCs’ financial team will undertake the following process to carry out a robust assessment of a Bidders' financial standing:

1) Credit score – LHC use Creditsafe to carry out initial checking of a Bidders’ financial status and help inform the subsequent assessments carried out by LHC.

2) Annual Turnover - Bidders will be assessed based on their average annual turnover for the past 3 years by comparison to the minimum turnover requirements set out in the contract notice and/or tender document documents.

3) Profitability, Stability and Liquidity Assessment – Bidders will be assessed on their financial stability based on a range of financial information obtained from the Bidders annual accounts.


Minimum level(s) of standards required:

Bidders will be required to have the following minimum levels of insurance for all lots applied for:

>Employer's (Compulsory) Liability Insurance = 5 million

>Public Liability Insurance = 5 million GBP

>Professional Indemnity = 1 million GBP

>Product Liability = 2 million GBP

Full details of the minimum requirements to be considered eligible to bid for each lot can be found in the procurement documents provided.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders are required to have the following ISO qualifications (or equivalent) or demonstrate compliance with these standards by completing the PAS 91 standard question:

Health and Safety certification in accordance with ISO 45001 (please refer to ITT for accepted equivalents)

Environmental Management certification in accordance with ISO 14001 (please refer to ITT for accepted equivalents)

Quality Management certification in accordance with ISO 9001 (please refer to ITT for accepted equivalents)

For any additional accreditation requirements, please refer to ITT documents for full details.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project LHC/WPA will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-026966

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/12/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 15/12/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout Wales, England and Scotland (including partners of the Welsh Procurement Alliance) for whom we continue to monitor up to 500 live projects at any time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may deem the framework to offer a value for money procurement solution for their own requirements and may use the framework. Welsh Procurement Alliance members now manage around 98% of Welsh social housing.

As of the date of publication of this notice our frameworks may be used by all contracting authorities in Wales, England and Scotland as defined by the Public Contracts Regulations 2015 and as listed on https://www.welshprocurement.cymru/who-we-work-with/, including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm’s length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.

WPA partners may add community benefit requirements in their call-off contracts from this Framework including but not limited to:- to generate employment and training opportunities for priority groups;- vocational training;- to up-skill the existing workforce;- equality and diversity initiatives;- to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;- supply-chain development activity;- to build capacity in community organisations;- educational support initiatives The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: The Contracting Authority does not intend to include a community benefit clause in this contract for the following reason:

As this is a tender for the establishment of a framework this is not appropriate but may be included in call off contracts. A summary of the expected community benefits has been provided as follows:

As a not-for-profit organisation, any surplus generated over the financial year is re-distributed into WPA’s Community Benefit Fund. The fund is being utilised by our Executive Committee Members to reinvest funds generated by WPA activity back into their own communities.

WPA work in partnership with Community Foundation Wales who work alongside our Members to get the best possible return for their communities.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits in this contract for the following reason: As this is a tender for the establishment of a framework this is not appropriate but may be included in call off

(WA Ref:136095)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

03/11/2023

Coding

Commodity categories

ID Title Parent category
45421110 Installation of door and window frames Joinery work
45421100 Installation of doors and windows and related components Joinery work
44221000 Windows, doors and related items Builders joinery

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@lhcprocure.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.