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.

02 Contract Notice

WD2 – PVC-U and Timber Windows and Doors

  • First published: 12 November 2021
  • Last modified: 12 November 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-115504
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
12 November 2021
Deadline date:
18 January 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This notice is listed by LHC on behalf of the Welsh Procurement Alliance (WPA) LHC / WPA is seeking interest from suitable organisations for our WD2 Windows and Doors (PVC-U and Timber Products) Framework. LHC / WPA is tendering a replacement framework for the currently successful T4 (Timber windows and doors) and U10 (PVC-U windows and doors) agreements for the supply and installation of high quality windows and external doorsets suitable for use in public sector housing and non-housing buildings throughout England, Wales and Scotland. This framework is for designed for manufacturers of PVC-U and timber window and door products, who can offer both a design, manufacture and supply only and a complete design, manufacture, supply and installation service. Installation services can be provided either through directly employed teams or via supply chain members assessed and approved by the bidder, however regardless of the installation approach clients calling off from this contract will contract with the bidders appointed to this framework to provide a full supply and installation service. The framework is to be tendered under 3 workstreams: Lot 1 - Manufacture, Supply and Installation of PVC-U Windows and Doors Lot 2 - Manufacture, Supply and Installation of Timber Windows and Doors Lot 3 - Manufacture, Supply and Installation of Aluminium Clad Timber Windows This opportunity is a national framework listed by LHC on behalf of: LHC Scottish Procurement Alliance (SPA) Consortium Procurement Construction (CPC) Welsh Procurement Alliance (WPA) South West Procurement Alliance (SWPA) Each lot is broken down into sub-regional areas CPV: 45421100, 03419100, 45421100, 45421110, 45421112, 45421130, 45421132, 45421100, 45421110, 45421112, 45421130, 03419100, 45421100, 45421110, 45421112, 45421132, 45421130.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

Tredomen Innovation & Technology Centre

Ystrad Mynach

CF82 7FQ

UK

E-mail: procurement@lhc.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.lhc.gov.uk

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/opportunities


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/opportunities


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

WD2 – PVC-U and Timber Windows and Doors

Reference number: WD2

II.1.2) Main CPV code

45421100

 

II.1.3) Type of contract

Works

II.1.4) Short description

This notice is listed by LHC on behalf of the Welsh Procurement Alliance (WPA)

LHC / WPA is seeking interest from suitable organisations for our WD2 Windows and Doors (PVC-U and Timber Products) Framework.

LHC / WPA is tendering a replacement framework for the currently successful T4 (Timber windows and doors) and U10 (PVC-U windows and doors) agreements for the supply and installation of high quality windows and external doorsets suitable for use in public sector housing and non-housing buildings throughout England, Wales and Scotland.

This framework is for designed for manufacturers of PVC-U and timber window and door products, who can offer both a design, manufacture and supply only and a complete design, manufacture, supply and installation service.

Installation services can be provided either through directly employed teams or via supply chain members assessed and approved by the bidder, however regardless of the installation approach clients calling off from this contract will contract with the bidders appointed to this framework to provide a full supply and installation service.

The framework is to be tendered under 3 workstreams:

Lot 1 - Manufacture, Supply and Installation of PVC-U Windows and Doors

Lot 2 - Manufacture, Supply and Installation of Timber Windows and Doors

Lot 3 - Manufacture, Supply and Installation of Aluminium Clad Timber Windows

This opportunity is a national framework listed by LHC on behalf of:

LHC

Scottish Procurement Alliance (SPA)

Consortium Procurement Construction (CPC)

Welsh Procurement Alliance (WPA)

South West Procurement Alliance (SWPA)

Each lot is broken down into sub-regional areas

II.1.5) Estimated total value

Value excluding VAT: 16 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Manufacture, Supply and Installation of PVC-U Windows and Doors - U11

II.2.2) Additional CPV code(s)

45421100

45421110

45421112

45421130

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

For the purpose of bidding for, and appointment to the framework the regional areas listed will be broken into smaller areas. Full details can be found in the ITT documents provided.

II.2.4) Description of the procurement

Lot 1 will cover the design, supply, removal of old and installation of new PVC-U windows and doors for all types of public sector projects.

Successfully appointed bidders for this lot will be required to offer both a design, manufacture and supply only and a complete design, manufacturer, supply and installation service.

Installation services can be provided either through directly employed teams or via supply chain members that have been assessed and approved by the bidder. Regardless of the installation approach clients calling off from this contract will engage with the successfully appointed bidders to this framework who will be responsible for providing a full supply and installation service.

Full details can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 40

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Factory Visit / Weighting: 10

Price / Weighting:  30

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

II.2.14) Additional information

LHC will appoint up to 6 organisations per sub-regional area within this lot to ensure Clients have adequate service coverage within each region. Refer to the ITT overview document for full details of the regional areas.

LHC reserves the right to appoint additional companies to this lot to ensure effective coverage, good regional representation of appointed companies and sufficient competition.

Lot No: 2

II.2.1) Title

Manufacture, Supply and Installation of Timber windows and Doors - T5 WS1

II.2.2) Additional CPV code(s)

03419100

45421100

45421110

45421112

45421132

45421130

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 2 will cover the design, supply, removal of old and installation of new timber windows and doors for all types of public sector projects.

Successfully appointed bidders for this lot will be required to offer both a design, manufacture and supply only and a complete design, manufacturer, supply and installation service.

Installation services can be provided either through directly employed teams or via supply chain members that have been assessed and approved by the bidder. Regardless of the installation approach clients calling off from this contract will engage with the successfully appointed bidders to this framework who will be responsible for providing a full supply and installation service.

Full details can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 40

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Factory Visit / Weighting: 10

Price / Weighting:  30

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

II.2.14) Additional information

LHC will appoint up to 6 organisations within this lot to ensure Clients have adequate service coverage. Refer to the ITT overview document for full details of the regional area.

LHC reserves the right to appoint additional companies to this lot to ensure effective coverage, good regional representation of appointed companies and sufficient competition.

Lot No: 3

II.2.1) Title

Manufacture, Supply and Installation of Aluminium Clad Timber windows - T5 WS2

II.2.2) Additional CPV code(s)

03419100

45421100

45421110

45421112

45421130

45421132

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 3 will cover the design, supply, removal of old and installation of new aluminium clad timber windows for all types of public sector projects.

Successfully appointed bidders for this lot will be required to offer both a design, manufacture and supply only and a complete design, manufacturer, supply and installation service.

Installation services can be provided either through directly employed teams or via supply chain members that have been assessed and approved by the bidder. Regardless of the installation approach clients calling off from this contract will engage with the successfully appointed bidders to this framework who will be responsible for providing a full supply and installation service.

Full details can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 40

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Factory Visit / Weighting: 10

Price / Weighting:  30

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

II.2.14) Additional information

LHC will appoint up to 6 organisations within this lot to ensure Clients have adequate service coverage. Refer to the ITT overview document for full details of the regional area.

LHC reserves the right to appoint additional companies to this lot to ensure effective coverage, good regional representation of appointed companies and sufficient competition.

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:

ENVIRONMENTAL MANAGEMENT

UKAS (or equivalent certified by a member of the International Accreditation Forum IAF) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. Where a bidder does not hold such certificate, they will be required to complete a set of questions to evidence their environmental management procedures are in line with ISO 14001.

QUALITY MANAGEMENT

UKAS (or equivalent certified by a member of the International Accreditation Forum IAF) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

Where a bidder does not hold such certificate, they will be required to complete a set of questions to evidence their environmental management procedures are in line with ISO 9001.

HEALTH AND SAFETY

The Bidder must hold a UKAS (or equivalent certified by a member of the International Accreditation Forum IAF), accredited independent third party certificate of compliance in accordance with ISO 45001 – proactive risk (Previously BS OHSAS 18001- reactive risk) or equivalent or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

EVIDENCE OF COMPLIANCE WITH EQUALITY/DISCRIMINATION ACT

Bidders will be required to evidence through a number of confirmatory statements they are compliant with the equality act 2010 and have robust measures in place to promote equality and diversity within their organisation

PRODUCT CERTIFICATION

Products required to be compliant with relevant technical and safety standards as well as codes of best practice this would include but is not limited to;

o BBA certification

o BSI certification such as kitemark

o UKCA marking

o ISO standards

o BS / BS EN standards

o SBD / LPS

Please refer to the specification for further details.

WARRANTIES

Bidders will be required to confirm they will offer the relevant warranties and guarantees for the products supplied and installed

Item Minimum warranty

Door leaf, frame, glazing 10 years

Locks, gaskets, weatherproofing 5 years

Vandal resistant products 5 years

Paints and stain finishes 3 years

General hardware items 2 years

Spare Parts availability 5 years

III.1.2) Economic and financial standing

List and brief description of selection criteria:

TURNOVER

Minimum average annual turnover requirement (over 4 previous years trading) for each lot is 350,000 GBP.

INSURANCE REQUIREMENTS

Employers (Compulsory) Liability Insurance 5,000,000 GBP

Public Liability Insurance 5,000,000 GBP

Professional Indemnity Insurance 1,000,000 GBP

Product Liability Insurance 2,000,000 GBP


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

As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project LHC/WPA will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics.

Social value and community benefits Successful bidders appointed to this framework will be expected to work with LHC/WPA and our clients to support in the identification and subsequent delivery of social value and community benefits. As such, appointed companies will be

required to provide evidence to LHC/WPA for each project secured through this framework that they have discussed and identified opportunities to deliver social value and/or community benefits in conjunction with the project and subsequently delivered the identified opportunity.

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.

Envisaged maximum number of participants to the framework agreement: 6

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:

2021/S 000-016036

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 18/01/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 18/01/2022

Local time: 13:00

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 Welsh Procurement Alliance. Thanks to

their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their portfolio, 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 Wales as defined by the Public

Contracts Regulations 2015 and as listed on 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.

Bidders must beware that 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.

Please use the following link, and select LHC using the 'Portal' or 'Organisation' drop down filter to access the tender on LHC's eTendering portal.

https://procontract.due-north.com/Opportunities

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:

Bidders must beware that WPA 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.

(WA Ref:115504)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

12/11/2021

Coding

Commodity categories

ID Title Parent category
45421110 Installation of door and window frames Joinery work
45421130 Installation of doors and windows Joinery work
45421100 Installation of doors and windows and related components Joinery work
45421112 Installation of window frames Joinery work
45421132 Installation of windows Joinery work
03419100 Timber products Timber

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
100 UK - All
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:
12 November 2021
Deadline date:
18 January 2022 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
04 February 2022
Notice type:
14 Corrigendum
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
27 July 2022
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
04/02/2022 10:49
Extension to Deadline
We have extended the timeline, the new deadline for bidders to submit their bid will now be 12pm on 1st March 2022.
04/02/2022 11:57
Extension to Deadline
We have extended the timeline, the new deadline for bidders to submit their bid will now be 12pm on 1st March 2022.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.