Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
LHC on behalf of the Scottish Procurement Alliance (SPA)
6 Deer Park Avenue
Livingston
EH54 8AF
UK
Contact person: Procurement Team
Telephone: +44 1895274800
E-mail: procurement@lhc.gov.uk
NUTS: UKM
Internet address(es)
Main address: http://www.scottishprocurement.scot
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16123
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 7 June 2021 and will last for a period of 48 months, ending on 6 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:
20 000 000.00
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:
UKM5
UKM6
UKM7
UKM8
UKM9
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 SPA 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
II.2.14) Additional information
Please note within this lot there are a number of regional areas. The contractors awarded a position on the framework for this lot (as listed in section V) have been appointed for one or more of the regional areas for this lot but may not be appointed in all regional areas within the lot. Please refer to the framework guide for a full breakdown of awarded contractors in each regional area.
Lot No: 2
II.2.1) Title
Workstream 2 — Composite Fire Doors
II.2.2) Additional CPV code(s)
44221211
44221200
45421131
45421111
44221210
44221230
44221220
II.2.3) Place of performance
NUTS code:
UKM5
UKM6
UKM7
UKM8
UKM9
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 SPA 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
II.2.14) Additional information
Please note within this lot there are a number of regional areas. The contractors awarded a position on the framework for this lot (as listed in section V) have been appointed for one or more of the regional areas for this lot but may not be appointed in all regional areas within the lot. Please refer to the framework guide for a full breakdown of awarded contractors in each regional area.
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:
UKM5
UKM6
UKM7
UKM8
UKM9
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 SPA 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
II.2.14) Additional information
Please note within this lot there are a number of regional areas. The contractors awarded a position on the framework for this lot (as listed in section V) have been appointed for one or more of the regional areas for this lot but may not be appointed in all regional areas within the lot. Please refer to the framework guide for a full breakdown of awarded contractors in each regional area.
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:
UKM5
UKM6
UKM7
UKM8
UKM9
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 SPA 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
II.2.14) Additional information
Please note within this lot there are a number of regional areas. The contractors awarded a position on the framework for this lot (as listed in section V) have been appointed for one or more of the regional areas for this lot but may not be appointed in all regional areas within the lot. Please refer to the framework guide for a full breakdown of awarded contractors in each regional area.
Lot No: 5
II.2.1) Title
Workstream 5 – Communal Entrance and Exit Doors
II.2.2) Additional CPV code(s)
44221211
44221200
45421131
45421111
44221210
44221230
II.2.3) Place of performance
NUTS code:
UKM5
UKM6
UKM7
UKM8
UKM9
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 SPA 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
II.2.14) Additional information
Please note within this lot there are a number of regional areas. The contractors awarded a position on the framework for this lot (as listed in section V) have been appointed for one or more of the regional areas for this lot but may not be appointed in all regional areas within the lot. Please refer to the framework guide for a full breakdown of awarded contractors in each regional area.
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:
UKM5
UKM6
UKM7
UKM8
UKM9
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 SPA 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
II.2.14) Additional information
Please note within this lot there are a number of regional areas. The contractors awarded a position on the framework for this lot (as listed in section V) have been appointed for one or more of the regional areas for this lot but may not be appointed in all regional areas within the lot. Please refer to the framework guide for a full breakdown of awarded contractors in each regional area.
Lot No: 7
II.2.1) Title
Workstream 7 — All Materials and Fire Doors (Super Lot)
II.2.2) Additional CPV code(s)
44221200
45421131
45421111
44221210
44221230
44221220
II.2.3) Place of performance
NUTS code:
UKM5
UKM6
UKM7
UKM8
UKM9
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.
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 182-440738
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: 6
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: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Anglian Windows Ltd
02540020
Norwich
NR6 6EU
UK
NUTS: UKH1
The contractor is an SME:
No
V.2.3) Name and address of the contractor
CMS Enviro Systems Ltd
SC295823
Glasgow
G68 0FS
UK
NUTS: UKM8
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Harmony Fire Ltd
10427303
Yeovil
BA22 8QX
UK
NUTS: UKK2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sidey Solutions Ltd
09613925
London
WC2H 9JQ
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sovereign Group Ltd
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 Ltd
11714098
Solihull
B90 4QT
UK
NUTS: UKG3
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 20 000 000.00
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: 7
Number of tenders received from SMEs: 6
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: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Anglian Windows Ltd
02540020
Norwich
NR6 6EU
UK
NUTS: UKH1
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Harmony Fire Ltd
10427303
Yeovil
BA22 8QX
UK
NUTS: UKK2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Martec Engineering Group Ltd
SC165315
Glasgow
G32 8RG
UK
NUTS: UKM8
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sidey Solutions Ltd
09613925
London
WC2H 9JQ
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sovereign Group Ltd
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 Ltd
11714098
Solihull
B90 4QT
UK
NUTS: UKG3
The contractor is an SME:
No
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:
: 20 000 000.00
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: 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 Ltd
02540020
Norwich
NR6 6EU
UK
NUTS: UKH1
The contractor is an SME:
No
V.2.3) Name and address of the contractor
CCG (Scotland) Ltd
SC056810
Glasgow
G32 8NB
UK
NUTS: UKM8
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Harmony Fire Ltd
10427303
Yeovil
BA22 8QX
UK
NUTS: UKK2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
John A. Russell (Joinery) Ltd
SC045289
Glasgow
G14 0QS
UK
NUTS: UKM8
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sidey Solutions Ltd
09613925
London
WC2H 9JQ
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 20 000 000.00
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: 6
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: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Anglian Windows Ltd
02540020
Norwich
NR6 6EU
UK
NUTS: UKH1
The contractor is an SME:
No
V.2.3) Name and address of the contractor
CCG (Scotland) Ltd
SC056810
Glasgow
G32 8NB
UK
NUTS: UKM8
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Harmony Fire Ltd
10427303
Yeovil
BA22 8QX
UK
NUTS: UKK2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
John A. Russell (Joinery) Ltd
SC045289
Glasgow
G14 0QS
UK
NUTS: UKM8
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sidey Solutions Ltd
09613925
London
WC2H 9JQ
UK
NUTS: UKI
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:
: 20 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: Workstream 5 – Communal Entrance and 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: 6
Number of tenders received from SMEs: 6
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: 6
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 Ltd
10427303
Yeovil
BA22 8QX
UK
NUTS: UKK2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
HBS Fabrication Northwest Ltd
12447643
Clitheroe
BB7 2DL
UK
NUTS: UKD4
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Martec Engineering Group Ltd
SC165315
Glasgow
G32 8RG
UK
NUTS: UKM8
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Neos Protect Ltd
07670742
Stanley
DH9 0DQ
UK
NUTS: UKC1
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sidey Solutions Ltd
09613925
London
WC2H 9JQ
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 20 000 000.00
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: 5
Number of tenders received from SMEs: 5
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
Baydale Control Systems Ltd
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
Harmony Fire Ltd
10427303
Yeovil
BA22 8QX
UK
NUTS: UKK2
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Martec Engineering Group Ltd
SC165315
Glasgow
G32 8RG
UK
NUTS: UKM8
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sidey Solutions Ltd
09613925
London
WC2H 9JQ
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 20 000 000.00
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 SPA 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 7 June 2021 and will last for a period of 48 months, ending on 6 June 2025
(SC Ref:655923)
VI.4) Procedures for review
VI.4.1) Review body
Livingston Sheriff Court and Justice of the Peace Court
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
UK
VI.4.4) Service from which information about the review procedure may be obtained
Livingston Sheriff Court and Justice of the Peace Court
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
UK
VI.5) Date of dispatch of this notice
04/06/2021