Contract notice
Section I: Contracting
authority
I.1) Name and addresses
LHC
14601330
Royal House 2-4 Vine Street
Uxbridge
UB81QE
UK
Contact person: Chris Hurley
Telephone: +44 1895274823
E-mail: procurement@lhcprocure.org.uk
NUTS: UKI74
Internet address(es)
Main address: https://www.lhcprocure.org.uk/
Address of the buyer profile: https://in-tendhost.co.uk/lhc/aspx/Home
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://in-tendhost.co.uk/lhc/aspx/ProjectManage/17
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17
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
Aluminium Windows and Doors
Reference number: A8
II.1.2) Main CPV code
45421130
II.1.3) Type of contract
Works
II.1.4) Short description
This opportunity has been listed by LHC Procurement Group on behalf our regional entities:
Consortium Procurement Construction (CPC)
LHC London and South East (LSE)
South-West Procurement Alliance (SWPA)
LHC Procurement Group are looking for suitable organisations to bid for our Aluminium Windows and Doors Framework (A8). This will be it's 8th iteration and will seek to build on the strengths of our existing product.
The framework scope seeks to provide windows, doors, doorsets, and curtain walling products via a complete survey and installation service for both domestic and commercial properties.
This opportunity has been listed on behalf of LHC Procurement Group (LHC) and our regional entities:
Consortium Procurement Construction (CPC)
LHC London and South East (LSE)
Scottish Procurement Alliance (SPA)
South-West Procurement Alliance (SWPA)
Welsh Procurement Alliance (WPA)
Webinar Event
LHC will be hosting a webinar event for manuracturers and installer organisations interested in bidding for this framework. The date and time of this webinar is to be comfirmed, you can receive an update on this by wisiting the In-Tend pPortal below.
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17
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)
45421130
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
This framework has a single workstream, the supply and Installation of Aluminium Windows, Doors, and Curtain Walling.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Capability Questions
/ Weighting: 40%
Quality criterion: Regional Capability Questions
/ Weighting: 15%
Quality criterion: Factory Assessment
/ Weighting: 15%
Price
/ Weighting:
30%
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
II.2.14) Additional information
LHC intend to appoint up to six (6) bidders per regional area to ensure LHC clients have adequate service coverage within each region.
LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
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:
A8 Aluminium Windows & Doors is the 8th iteration of this Framework and will seek to build on the strengths of A7. The framework will provide windows, doors, and curtain walling products via a complete survey and installation service.
General Technical Capability Questions 40%
o Competency.
o Sustainability, Embedded Carbon and Recycling
o Project and Technical Assistance.
o Customer Care and Occupied Premises.
o Delivery of Social Value
o Evidence of Regional Experience
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Full details of the minimum requirements to be considered eligible to bid for this framework can be found in the procurement documents provided through the In-Tend Portal.
Minimum level(s) of standards required:
Insurance - The insurance requirements are set out below.
• Employer's (Compulsory) Liability Insurance = £ 5 million
• Public Liability Insurance = £ 5 million
• Professional Indemnity = £ 1 million
• Product Liability = £ 2 million
Turnover Requirements - £350,000 per annum
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Full details of the minimum requirements to be considered eligible to bid for this framework can be found in the procurement documents provided through the In-Tend Portal.
Minimum level(s) of standards required:
Bidders are required to have the following ISO qualifications (or equivalent) or demonstrate compliance with these standards by completing the PAS 91 standard question:
Health and Safety certification in accordance with ISO 45001 (please refer to ITT for accepted equivalents)
Environmental Management certification in accordance with ISO 14001 (please refer to ITT for accepted equivalents)
Quality Management certification in accordance with ISO 9001 (please refer to ITT for accepted equivalents)
For any additional accreditation requirements, please refer to ITT documents for full details.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2023/S 000-026963
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/12/2023
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:
15/12/2023
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Scottish Procurement Alliance, Welsh Procurement Alliance, and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time
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 as listed on:
https://www.cpconstruction.org.uk/who-we-work-with/
https://lse.lhcprocure.org.uk/who-we-work-with/
https://www.scottishprocurement.scot/who-we-work-with/
https://www.swpa.org.uk/who-we-work-with/
https://www.welshprocurement.cymru/who-we-work-with/
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.
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Roseberry Court, Central Avenue, St Andrews Business Park
Norwich
NR7 0HS
UK
VI.5) Date of dispatch of this notice
02/11/2023