Contract notice
Section I: Contracting
authority
I.1) Name and addresses
LHC for the Welsh Procurement Alliance (WPA)
Regus House, Falcon Drive
Cardiff
CF10 4RU
UK
Telephone: +44 1895274800
E-mail: umar.khan@lhc.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.lhc.gov.uk
Address of the buyer profile: www.procontract.due-north.com
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://procontract.due-north.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Provision of Framework Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply & Installation of Aluminium Windows & Doors
Reference number: A7
II.1.2) Main CPV code
45421100
II.1.3) Type of contract
Works
II.1.4) Short description
LHC seeks to establish a Framework Agreement for the design, supply and installation of aluminium window and door products for public sector housing and non-housing buildings throughout the UK on a regionalised basis.
Products to be offered under this arrangement will be aluminium alloy windows and doorsets covered within the scope of BS EN 14351-1, doorsets covered within the scope of BS EN 14351-2 and curtain walling covered within the scope of BS EN 13830. All interested companies will be required to demonstrate capability of supplying, delivering and installing products that conform to minimum specified standards of sustainability, manufacture and performance in connection with refurbishment or new-build public sector projects.
II.1.5) Estimated total value
Value excluding VAT:
40 000 000.00
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
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Wales
II.2.4) Description of the procurement
LHC seeks to establish a Framework Agreement for the design, supply and installation of aluminium window and door products for public sector housing and non-housing buildings throughout the UK on a regionalised basis.
Products to be offered under this arrangement will be aluminium alloy windows and doorsets covered within the scope of BS EN 14351-1, doorsets covered within the scope of BS EN 14351-2 and curtain walling covered within the scope of BS EN 13830. All interested companies will be required to demonstrate capability of supplying, delivering and installing products that conform to minimum specified standards of sustainability, manufacture and performance in connection with refurbishment or new-build public sector projects.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
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:
As specified in the ITT documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Maintain technical and professional ability throughout the framework and each call-off contract period.
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 several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/03/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
12/03/2020
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
LHC is a joint committee of local authorities acting as a central purchasing body on behalf of
contracting authorities throughout England, Wales and Scotland (including partners of the Welsh
5.1
Procurement Alliance and Scottish 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 www.lhc.gov.uk/24 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. Tenderers wishing to service lots for Wales will be required to accommodate
the requirements of the ‘Well-being of Future Generations Act’.
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’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:
LHC Clients are required to consider Community Benefits on each and every contract. Tenderers
must beware that LHC Clients may add Community Benefit requirements 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.
(WA Ref:99757)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Service Cabinet Office
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice
07/02/2020