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.

03 Contract Award Notice - Successful Supplier(s)

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

  • First published: 03 June 2021
  • Last modified: 03 June 2021

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:
03 June 2021
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This framework will cover 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 This framework will commence on 07 June 2021 and will last for a period of 48 months, ending on 06 June 2025. CPV: 45421100, 44221211, 44221200, 45421131, 45421111, 44221210, 44221230, 44221211, 44221200, 45421131, 45421111, 44221210, 44221220, 44221230, 44221211, 44221200, 45421131, 45421111, 44221210, 44221230, 44221211, 44221200, 45421131, 45421111, 44221210, 44221230, 44221220, 44221211, 44221200, 45421131, 45421111, 44221210, 44221230, 42961100, 45421131, 44221200, 44221211, 45421131, 45421111, 44221210, 44221230, 44221220.

Full notice text

Contract award notice

Results of the procurement procedure

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

Telephone: +44 1895274800

E-mail: procurement@lhc.gov.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.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

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.1.4) Short description

This framework will cover 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

This framework will commence on 07 June 2021 and will last for a period of 48 months, ending on 06 June 2025.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 10 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Workstream 1 - Composite Doors

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

Lot 1 covers the supply and installation of composite doorsets of mixed material construction such as timber core, GRP or reinforced galvanised steel with associated frames, providing enhanced security to PAS24 standard or equivalent.

Please refer to the framework guide which will be available from the WPA website for further detail.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 40%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Factory Assessment / Weighting: 10%

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

Lot No: 2

II.2.1) Title

Workstream 2 - Composite Fire Doors

II.2.2) Additional CPV code(s)

44221211

44221200

45421131

45421111

44221210

44221220

44221230

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 2 covers the supply and installation of composite doorsets of mixed material construction such as timber core, GRP or reinforced galvanised steel with associated frames.

Doorsets supplied through this lot will provide enhanced security to PAS24 standard or equivalent, and additional 3rd party (independent) bi-directional fire certification to FD30/FD60 standards.

Please refer to the framework guide which will be available from the WPA website for further detail.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 40%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Factory Assessment / Weighting: 10%

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

Lot No: 3

II.2.1) Title

Workstream 3 - Timber Doors

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

Lot 3 covers the supply and installation of timber manufactured doorsets such as solid hardwood, engineered wood and softwoods such as pine or larch, providing enhanced security to PAS24 standard or equivalent.

Please refer to the framework guide which will be available from the WPA website for further detail.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 40%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Factory Assessment / Weighting: 10%

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

Lot No: 4

II.2.1) Title

Workstream 4 - Timber Fire Doors

II.2.2) Additional CPV code(s)

44221211

44221200

45421131

45421111

44221210

44221230

44221220

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 4 covers the supply and installation of timber manufactured doorsets such as solid hardwood, engineered wood and softwoods such as pine or larch.

Doorsets supplied through this lot will provide enhanced security to PAS24 standard or equivalent, and additional 3rd party (independent) bi-directional fire certification to FD30/FD60 standards.

Please refer to the framework guide which will be available from the WPA website for further detail.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 40%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Factory Assessment / Weighting: 10%

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

Lot No: 5

II.2.1) Title

Workstream 5 – Communal Entrance & Exit Doors

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

Lot 5 covers the supply and installation of steel and aluminium doorset products supplied and fitted as main entrance and exit ways to communal properties.

In addition, (where available from the suppliers appointed to this lot) alternative timber door options (e.g. for listed buildings etc) can be sourced through this lot but for the purpose of the establishment of the Framework were not assessed.

Please refer to the framework guide which will be available from the WPA website for further detail.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 40%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Factory Assessment / Weighting: 10%

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

Lot No: 6

II.2.1) Title

Workstream 6 - Access Controls installation

II.2.2) Additional CPV code(s)

42961100

45421131

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 6 covers the supply and installation of remote door access control systems and installations in connection with communal entrance and exit door installations.

This lot includes the scope for the supplier to offer a post installation maintenance service following the defects period where this is available. However, for the purpose of the establishment of the Framework post installation maintenance services were not assessed and would be subject to direct agreement with the client as part of the project.

Please refer to the framework guide which will be available from the WPA website for further detail.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 40%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Factory Assessment / Weighting: 10%

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

Lot No: 7

II.2.1) Title

Workstream 7 - All materials and fire doors (Super lot)

II.2.2) Additional CPV code(s)

44221200

44221211

45421131

45421111

44221210

44221230

44221220

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Any bidder who can supply communal products under WS5 along with at least one product from WS1-4 is eligible to be entered in the super lot. The superlot is designed for use where:

- A client does not receive a suitable number of responses (either at Expression of Interest stage or tender stage) having advertised their opportunity through the appropriate lot and regional area within workstream 1 to 5.

- Where there are insufficient Appointed Companies in the relevant lot and regional area to run the client’s preferred call off procedure.

Please refer to the framework guide which will be available from the WPA website for further detail.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 40%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Factory Assessment / Weighting: 10%

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:

2020/S 182-440739

Section V: Award of contract

Lot No: 1

Title: Workstream 1 - Composite Doors

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/05/2021

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

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

V.2.3) Name and address of the contractor

Anglian Windows Limited

02540020

Norwich

NR6 6EU

UK

NUTS: UKH1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Harmony Fire Limited

10427303

BA22 8QX

Yeovil

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IDM Doors Limited

05613742

Newport

NP20 2JR

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Nationwide Windows Limited

02025613

Rugby

CV22 7DH

UK

NUTS: UKG1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Solar Windows Limited

02678809

Caerphilly

CF83 8DW

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Sovereign Group Limited

01089940

Nelson

BB9 0TA

UK

NUTS: UKD4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Specialist Building Contracting Limited

11714098

Solihull

B90 4QT

UK

NUTS: UKG3

The contractor is an SME: Yes

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

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

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Workstream 2 - Composite Fire Doors

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/05/2021

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 9

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

V.2.3) Name and address of the contractor

Anglian Windows Limited

02540020

Norwich

NR6 6EU

UK

NUTS: UKH1

The contractor is an SME: No

V.2.3) Name and address of the contractor

IDM Doors Limited

05613742

Newport

NP20 2JR

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ian Williams Limited

00879464

Bristol

BS37 6JL

UK

NUTS: UKK1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Nationwide Windows Limited

02025613

Rugby

CV22 7DH

UK

NUTS: UKG1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Solar Windows Limited

02678809

Caerphilly

CF83 8DW

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Specialist Building Contracting Limited

11714098

Solihull

B90 4QT

UK

NUTS: UKG3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ventro Ltd

08765695

Plymouth

PL6 7TL

UK

NUTS: UKK4

The contractor is an SME: Yes

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

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

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Workstream 3 - Timber Doors

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/05/2021

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

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

V.2.3) Name and address of the contractor

Anglian Windows Limited

02540020

Norwich

NR6 6EU

UK

NUTS: UKH1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Harmony Fire Limited

10427303

BA22 8QX

Yeovil

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ian Williams Limited

00879464

Bristol

BS37 6JL

UK

NUTS: UKK1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Solar Windows Limited

02678809

Caerphilly

CF83 8DW

UK

NUTS: UKL

The contractor is an SME: Yes

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

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

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Workstream 4 - Timber Fire Doors

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/05/2021

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

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

Anglian Windows Limited

02540020

Norwich

NR6 6EU

UK

NUTS: UKH1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Harmony Fire Limited

10427303

BA22 8QX

Yeovil

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ian Williams Limited

00879464

Bristol

BS37 6JL

UK

NUTS: UKK1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Solar Windows Limited

02678809

Caerphilly

CF83 8DW

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ventro Ltd

08765695

Plymouth

PL6 7TL

UK

NUTS: UKK4

The contractor is an SME: Yes

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

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

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: Workstream 5 – Communal Entrance & Exit Doors

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/05/2021

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

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

F. Bamford (Engineering) Ltd

01820820

Stockport

SK4 1NT

UK

NUTS: UKD6

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Harmony Fire Limited

10427303

BA22 8QX

Yeovil

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HBS Fabrication Northwest Limited

12447643

Clitheroe

BB7 2DL

UK

NUTS: UKD4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Neos Protect Limited

07670742

Stanley

DH9 0DQ

UK

NUTS: UKC1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Warrior Doors Ltd

03356625

Birmingham

B11 2AX

UK

NUTS: UKG

The contractor is an SME: Yes

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

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

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: Workstream 6 - Access Controls installation

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/05/2021

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

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

V.2.3) Name and address of the contractor

Baydale Control Systems Limited

03885564

Darlington

DL1 4XZ

UK

NUTS: UKC1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

F. Bamford (Engineering) Ltd

01820820

Stockport

SK4 1NT

UK

NUTS: UKD6

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Grosvenor Aptec Limited

02765275

Wrexham

LL11 1DY

UK

NUTS: UKL2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Harmony Fire Limited

10427303

BA22 8QX

Yeovil

UK

NUTS: UKK2

The contractor is an SME: Yes

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

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

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Title: Workstream 7 - All materials and fire doors (Super lot)

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected

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.

This framework will commence on 07 June 2021 and will last for a period of 48 months, ending on 06 June 2025

(WA Ref:111043)

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

03/06/2021

Coding

Commodity categories

ID Title Parent category
42961100 Access control system Command and control system
44221210 Door blanks Windows, doors and related items
44221211 Door frames Windows, doors and related items
44221200 Doors Windows, doors and related items
44221220 Fire 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)

About the buyer

Main contact:
procurement@lhc.gov.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.