Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
LHC Procurement Group
14601330
2-4 Vine Street
Uxbridge
UB8 1QE
UK
Contact person: Chris Hurley
Telephone: +44 1895274823
E-mail: procurement@lhcprocure.org.uk
NUTS: UKI74
Internet address(es)
Main address: https://www.lhcprocure.org.uk/
Address of the buyer profile: https://in-tendhost.co.uk/lhc/aspx/Home
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 and Doors
Reference number: A8
II.1.2) Main CPV code
45421100
II.1.3) Type of contract
Works
II.1.4) Short description
This framework covers the geographical area of England and has been procured on behalf of:
Consortium Procurement Construction (CPC)
LHC London and South East (LSE)
South-West Procurement Alliance (SWPA)
LHC has also awarded this framework in Wales on behalf of our other regional entities:
Welsh Procurement Alliance (WPA).
The new Framework replaces our previously successful Aluminium Windows & Doors Framework. This Framework is now in its 8th iteration and builds on the strengths of our existing product; providing our clients with access to appointed companies capable of supplying and installing aluminium windows & doors.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
40 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
44221110
44221211
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
The framework provides windows, doors, and curtain walling products via a complete survey and installation service.
The range of products includes:
• Aluminium windows and associated hardware
• Aluminium doors and associated hardware
• Curtain walling and associated hardware
Services
• Survey & installation in accordance with BS standards
• Appropriate administrative procedures
• Planning & technical assistance
• Management, supervision & project support
• Servicing & Maintenance advice
• Recycling through sustainability
• Enhanced security/Secured by Design (SBD) accreditation.
II.2.5) Award criteria
Quality criterion: Technical Capability
/ Weighting: 40%
Quality criterion: Regional Capability
/ Weighting: 15%
Quality criterion: Factory Visit
/ Weighting: 15%
Cost criterion: Price
/ Weighting: 30%
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
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
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 000-032485
Section V: Award of contract
Lot No: 1
Contract No: A8
Title: Supply and Installation of Aluminium Windows & Doors
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/04/2024
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
3 D ALUMINIUM PLAS LIMITED
1128843
3 Horace House, Oakfield Industrial Estate, Eynsham Witney,
Oxfordshire
OX29 4TX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
C & S ALUMINIUM WINDOWS LIMITED
1584724
6 Abbots Quay, Monks Ferry, Birkenhead
Wirral
CH41 5LH
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
HAZLEMERE WINDOW COMPANY LIMITED
02185969
Wellington Road, Cressex Industrial Estate, High Wycombe,
Buckinghamshire
HP12 3PR
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
PRIMA SYSTEMS (SOUTH EAST) LIMITED
02809612
The Kent Barn St Radigunds Abbey Farm, Abbey Road
Dover
CT15 7DL
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 40 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (including partners of
the Welsh Procurement Alliance, Scottish Procurement Alliance and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one 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 both designed and anticipated to support the vast majority of requirements.
Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework.
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 our regional websites:
- https://lse.lhcprocure.org.uk/who-we-work-with/
- https://www.cpconstruction.org.uk/who-we-work-with/
- https://www.scottishprocurement.scot/who-we-work-with/
- https://www.swpa.org.uk/who-we-work-with/
- 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. LHC clients 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.
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office Roseberry Court
Norwich
NR7 0HS
UK
VI.5) Date of dispatch of this notice
04/04/2024