Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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 (Wales)
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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
1.00
GBP/ Highest offer:
40 000 000.00
GBP
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
Quality criterion: Project Case Study
/ Weighting: 6
Quality criterion: Professional Qualifications
/ Weighting: 4
Quality criterion: Regional Capability
/ Weighting: 6
Quality criterion: Defects Resolution
/ Weighting: 5
Quality criterion: Contract Management
/ Weighting: 5
Quality criterion: Programme Management
/ Weighting: 5
Quality criterion: CDM Compliance
/ Weighting: 5
Quality criterion: Project support
/ Weighting: 5
Quality criterion: Installation survey
/ Weighting: 4
Quality criterion: Social Value
/ Weighting: 5
Quality criterion: Factory Visit
/ Weighting: 10
Price
/ Weighting:
40
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 029-068799
Section V: Award of contract
Contract No: Lot 7 - Wales
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/04/2020
V.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
C & S ALUMINIUM WINDOWS LTD
C & S ALUMINIUM WINDOWS LTD, JUBILEE ROAD
BUCKLEY
CH72BF
UK
NUTS: UKL23
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sovereign Group
Vale Street
Nelson
BB90TA
UK
NUTS: UKD45
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Grosvenor ApTec
8 Whitegate Industrial Estate, Whitegate Road
Wrexham
LL138UG
UK
NUTS: UKL23
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
40 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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’.
(WA Ref:101867)
VI.4) Procedures for review
VI.4.1) Review body
High Court
The 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
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice
21/05/2020