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.

20 Modification Notice

Supply and Installation of Communal Doors, Entrance Doors and Associated Products

  • First published: 10 April 2026
  • Last modified: 10 April 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

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-103839
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
10 April 2026
Deadline date:
-
Notice type:
20 Modification Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This framework covers the supply and installation of communal doors, entrance doors and associated products. The framework arrangement will be required for use in all types of public sector refurbishment and new build projects, including: — domestic dwellings, — multi-occupancy residential buildings (low/medium/high rise), — sheltered accommodation, — educational establishments, schools, colleges, universities, — local government buildings, — public offices, — other public buildings, — NHS/Police/fire authority buildings, — Small replacement work CPV: 45421100, 44221211, 44221200, 45421131, 45421111, 44221210, 44221230.

Full notice text

Modification notice

Modification of a contract/concession during its term

Section I: Contracting entity

I.1) Name and addresses

LHC on behalf of Welsh Procurement Alliance (WPA)

Tredomen Innovation & Technology Centre, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7FQ

UK

Contact person: Procurement Team

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

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply and Installation of Communal Doors, Entrance Doors and Associated Products

Reference number: C8

II.1.2) Main CPV code

45421100

 

II.1.3) Type of contract

Works

II.2) Description

Lot No: 1

II.2.1) Title

Supply and Installation of Communal Doors, Entrance Doors and Associated Products

II.2.2) Additional CPV code(s)

44221211

44221200

45421131

45421111

44221210

44221230

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This framework covers the supply and installation of communal doors, entrance doors and associated products.

The framework arrangement will be required for use in all types of public sector refurbishment and new build projects, including:

— domestic dwellings,

— multi-occupancy residential buildings (low/medium/high rise),

— sheltered accommodation,

— educational establishments, schools, colleges, universities,

— local government buildings,

— public offices,

— other public buildings,

— NHS/Police/fire authority buildings,

— Small replacement work

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

Duration in months: 48

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 109-288070

Section V: Award of contract/concession

Lot No: 1

Contract No: Supply and Installation of Communal Doors, Entrance Doors and Associated Products

Title: Supply and Installation of Communal Doors, Entrance Doors and Associated Products

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

26/05/2021

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor/concessionaire

Ian Williams

Sanatrium Road, Leckwith

Cardiff

CF118SU

UK

NUTS: UK

The contractor/concessionaire is an SME: No

V.2.3) Name and address of the contractor/concessionaire

Ventro Ltd

Aquilam House, 7 Darklake View, Estover

Plymouth

PL67TL

UK

NUTS: UK

The contractor/concessionaire is an SME: No

V.2.3) Name and address of the contractor/concessionaire

F. Bamford (Engineering) Ltd

Ajax Works, Whitehill

Stockport

SK41NT

UK

NUTS: UK

The contractor/concessionaire is an SME: No

V.2.3) Name and address of the contractor/concessionaire

HBS Fabrications NW

Unit 2 Leopold Street, Pemberton

Wigan

WN58EG

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

Sidey Ltd

53 Feus Road

Perth

PH12AX

UK

NUTS: UKM

The contractor/concessionaire is an SME: No

V.2.3) Name and address of the contractor/concessionaire

Martec Engineering Ltd

Block 7, 20 Clydesmill DR, Cambuslang Investment Park

Glasgow

G328RG

UK

NUTS: UKM

The contractor/concessionaire is an SME: No

V.2.3) Name and address of the contractor/concessionaire

Neos Protect Ltd

4 High Street, Stanley

Co Durham

DH9 0DQ

UK

NUTS: UKC14

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

Anglian Windows Limited

02540020

Norwich

NR6 6EU

UK

NUTS: UKH1

The contractor/concessionaire is an SME: No

V.2.3) Name and address of the contractor/concessionaire

Harmony Fire Limited

10427303

BA22 8QX

Yeovil

UK

NUTS: UKK2

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

IDM Doors Limited

05613742

Newport

NP20 2JR

UK

NUTS: UKL

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

Nationwide Windows Limited

02025613

Rugby

CV22 7DH

UK

NUTS: UKG1

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

Solar Windows Limited

02678809

Caerphilly

CF83 8DW

UK

NUTS: UKL

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

Sovereign Group Limited

01089940

Nelson

BB9 0TA

UK

NUTS: UKD4

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

Specialist Building Contracting Limited

11714098

Solihull

B90 4QT

UK

NUTS: UKG3

The contractor/concessionaire is an SME: Yes

V.2.4) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot: /concession: 10 000 000.00  GBP

Section VI: Complementary information

VI.3) Additional information

As of the date of publication of this notice our frameworks may be used by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 and as listed on https://www.lhc.gov.uk/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 and registered charities.

Please note within each lot listed in section V there are a number of regional areas. For each lot the contractors awarded a position on the framework will have been appointed for one or more of the regional areas available within the lot, but may not be appointed in all regional areas within a lot.

Under the terms of this contract the successfully appointed contractors will be required to deliver community benefits in support of the public body's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The community benefits included in this contract are:

— 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.

Clients wishing to use the framework will need to refer to the further information and guidance document available for this framework which will be available on the WPA website or request further information from a representative of the LHC group to identify the specific list of contractors appointed in each regional area within each lot.

(WA Ref:163896)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, the strand

London

WC2A 2LL

UK

VI.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

VI.5) Date of dispatch of this notice

10/04/2026

Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

VII.1.1) Main CPV code

45421100

 

VII.1.2) Additional CPV code(s)

44221211

44221200

45421131

45421111

44221210

44221230

44221220

VII.1.3) Place of performance

NUTS code:

UKL

VII.1.4) Description of the procurement

This framework covers the supply and installation of communal doors, entrance doors and associated products.

The framework arrangement will be required for use in all types of public sector refurbishment and new build projects, including:

— domestic dwellings,

— multi-occupancy residential buildings (low/medium/high rise),

— sheltered accommodation,

— educational establishments, schools, colleges, universities,

— local government buildings,

— public offices,

— other public buildings,

— NHS/Police/fire authority buildings,

— Small replacement work

VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months: 56

The extension beyond four years is justified in accordance with the Public Contracts Regulations 2015 due to the operational need to ensure continuity while the replacement framework is being procured. The extension will ensure existing projects can continue to be procured without disruption. No new projects will be initiated under this framework once the replacement framework (FD9) is live.

VII.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the procurement: 20 000 000.00 GBP

The contract/concession has been awarded to a group of economic operators: Yes

VII.1.7) Name and address of the contractor/concessionaire

Martec Engineering Ltd

Block 7, 20 Clydesmill DR, Cambuslang Investment Park

Glasgow

G328RG

UK

NUTS: UKM

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

Sidey Ltd

53 Feus Road

Perth

PH12AX

UK

NUTS: UKM

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

F. Bamford (Engineering) Ltd

Ajax Works, Whitehill

Stockport

SK41NT

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

HBS Fabrications NW

Unit 2 Leopold Street, Pemberton

Wigan

WN58EG

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

Harmony Fire

Clark House, Higher Kingsbury

Sherborne

DT95EB

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

Neos Protect Ltd

4 High Street, Stanley

Co Durham

DH9 0DQ

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

Grosvenor Aptec Ltd

8 Whitegate Industrial Estate, Whitegate Road

Wrexham

LL138UG

UK

NUTS: UKL

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

BAYDALE CONTROL SYSTEMS LIMITED

Edmund Palmer House, Morton Park Way

Darlington

DL14XZ

UK

NUTS: UKC13

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

IDM DOORS LIMITED

Rock Wharf, Mill Parade

Newport

NP202JR

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

NATIONWIDE WINDOWS LIMITED

Nationwide House, 74-88 Somers Road

Rugby

CV227DH

UK

NUTS: UKG13

The contractor/concessionaire is an SME: No

VII.1.7) Name and address of the contractor/concessionaire

Anglian Windows Ltd t/a Anglian Building Products

Liberator Road

Norwich

NR6 6EU

UK

NUTS: UK

The contractor/concessionaire is an SME: No

VII.1.7) Name and address of the contractor/concessionaire

SOLAR WINDOWS LIMITED

Unit 15b, Bedwas House Industrial Estate

Bedwas

CF838DW

UK

NUTS: UKL1

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

SPECIALIST BUILDING CONTRACTING LIMITED

Friars Gate 1011 Stratford Road, Shirley

Solihull

B904BN

UK

NUTS: UKG32

The contractor/concessionaire is an SME: No

VII.1.7) Name and address of the contractor/concessionaire

SOVEREIGN GROUP LIMITED

Vale Street Mill, Nelson

Lancs

BB90TA

UK

NUTS: UKD4

The contractor/concessionaire is an SME: No

VII.1.7) Name and address of the contractor/concessionaire

Ian Williams

Sanatrium Road, Leckwith

Cardiff

CF118SU

UK

NUTS: UKL

The contractor/concessionaire is an SME: No

VII.1.7) Name and address of the contractor/concessionaire

Ventro Ltd

Aquilam House, 7 Darklake View, Estover

Plymouth

PL67TL

UK

NUTS: UK

The contractor/concessionaire is an SME: No

VII.2) Information about modifications

VII.2.1) Description of the modifications

The modification relates solely to an extension to the duration of the framework agreement beyond its original term, with the revised expiry date extended to 30 April 2027. The extension is required to maintain continuity of service while the replacement framework (FD9) is finalised and implemented.

The extension will allow existing and pipeline projects to continue to be procured without disruption. No new projects will be initiated under this framework once the replacement framework (FD9) is live. There are no other changes to the scope, nature, or overall structure of the framework, and the modification does not alter the original conditions of competition.

VII.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

The need for this modification has arisen due to the operational and procurement complexities associated with developing and implementing the replacement framework (FD9). This includes undertaking appropriate market engagement, refining the procurement strategy, and ensuring the successor framework is structured to provide improved clarity and effectiveness for future call-offs.

While LHCPG has acted diligently in progressing the renewal, the time required to complete a compliant procurement, has exceeded the original anticipated timeline. As a result, an extension is necessary to ensure continuity of service and to avoid any gap in provision.

The modification is proportionate and strictly limited to the minimum period required to complete the procurement and implementation of the replacement framework, and does not alter the overall nature of the contract.

VII.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)

Value excluding VAT: 20 000 000.00 Currency: GBP

Total contract value after the modifications

Value excluding VAT: 20 000 000.00 Currency: GBP

Coding

Commodity categories

ID Title Parent category
44221210 Door blanks Windows, doors and related items
44221211 Door frames Windows, doors and related items
44221200 Doors Windows, doors and related items
45421111 Installation of door frames Joinery work
45421131 Installation of doors Joinery work
45421100 Installation of doors and windows and related components Joinery work
44221230 Sliding doors Windows, doors and related items

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
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.

Document family

Notice details
Publication date:
16 September 2020
Deadline date:
27 October 2020 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
03 June 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
10 April 2026
Notice type:
20 Modification Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

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.