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