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

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

  • First published: 16 September 2020
  • Last modified: 16 September 2020

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:
16 September 2020
Deadline date:
27 October 2020
Notice type:
02 Contract Notice
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, including cyclical maintenance for multi occupancy residential buildings (low/medium/high rise) educational establishments, local government buildings and police/fire authority buildings. 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 notice

Section I: Contracting authority

I.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

Regus House, Falcon Drive

Cardiff

CF10 4RU

UK

Contact person: Danesh Sharma

Telephone: +44 1895274800

E-mail: danesh.sharma@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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


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, including cyclical maintenance for multi occupancy residential buildings (low/medium/high rise) educational establishments, local government buildings and police/fire authority buildings.

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  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

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


Main site or place of performance:

Full details will be provided in the Invitation to Tender (ITT) document.

II.2.4) Description of the procurement

This Lot covers composite doors manufactured from mixed materials, as an example- solid timber core and GRP /steel frame. The door sets should be certified to Secure by Design and/or PAS 24 or LPS1175 as appropriate.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

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


Main site or place of performance:

Full details will be provided in the Invitation to Tender (ITT) document.

II.2.4) Description of the procurement

As per the composite door workstream but with additional 3rd party (independent) fire certification to either FD30 or FD60 standards which is awarded to the whole doorset – this includes all furniture and frame.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

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


Main site or place of performance:

Full details will be provided in the Invitation to Tender (ITT) document.

II.2.4) Description of the procurement

This workstream covers timber manufactured door sets such as solid hardwood, engineered wood and softwoods such as pine or larch. The door sets should be certified to Secure by Design and/or PAS 24 or LPS1175 as appropriate.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

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


Main site or place of performance:

Full details will be provided in the Invitation to Tender (ITT) document.

II.2.4) Description of the procurement

As per the timber door workstream but with additional 3rd party (independent) fire certification to either FD30 or FD60 standards which is awarded to the whole doorset – this includes all furniture and frame.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

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


Main site or place of performance:

Full details will be provided in the Invitation to Tender (ITT) document.

II.2.4) Description of the procurement

This Lot generally covers steel and aluminium based products that provide a secure communal entrance way to a multi occupied premises. Timber doors can be offered to suit specialist applications, such as for listed properties but these must be as an addition to the steel/aluminium products, as they are not required to be priced in the tender documentation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

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


Main site or place of performance:

Full details will be provided in the Invitation to Tender (ITT) document.

II.2.4) Description of the procurement

This workstream covers the associated entrance access controls on communal door systems. Access systems may be duplex voice only or voice and one way video.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

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


Main site or place of performance:

Full details will be provided in the Invitation to Tender (ITT) document.

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

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

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:

As stated in the procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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.

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 078-185442

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

Date: 27/10/2020

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: 27/10/2020

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

LHC is a Central Purchasing Body providing procurement services on behalf of public sector contracting authorities throughout England, Wales and Scotland (including partners of the Welsh 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’.

A direct link to the specific tender page for this procurement within LHCs eTendering portal is as follows:

https://procontract.due-north.com/Advert?advertId=fd3e6211-097f-ea11-80ff-005056b64545&p=8b355dc0-f604-e711-80dd-005056b64545

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

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:

LHC clients are required to consider community benefits on each and every contract. Tenderers must beware that LHC clients may add community benefit requirements 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:103839)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.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

14/09/2020

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
1013 Conwy and Denbighshire
1023 Flintshire and Wrexham
1012 Gwynedd
1011 Isle of Anglesey

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:
danesh.sharma@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.