- Scope of the procurement
- Lot 1. Workstream 1 - Composite Doors
- Lot 2. Workstream 2 - Composite Fire Doors
- Lot 3. Workstream 3 - Timber Doors
- Lot 4. Workstream 4 - Timber Fire Doors
- Lot 5. Workstream 5 – Communal Entrance & Exit Doors
- Lot 6. Workstream 6 - Access Controls installation
- Lot 7. Workstream 7 - All materials and fire doors (Super lot)
Section one: Contracting authority
one.1) Name and addresses
LHC on behalf of Welsh Procurement Alliance (WPA)
Tredomen Innovation & Technology Centre, Tredomen Park, Ystrad Mynach
Hengoed
CF82 7FQ
Contact
Procurement Team
Telephone
+44 1895274800
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.welshprocurement.cymru
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Public sector Framework provider
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply and Installation of Communal Doors, Entrance Doors and Associated Products
Reference number
C8
two.1.2) Main CPV code
- 45421100 - Installation of doors and windows and related components
two.1.3) Type of contract
Works
two.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 07 June 2021 and will last for a period of 48 months, ending on 06 June 2025.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £10,000,000
two.2) Description
two.2.1) Title
Workstream 1 - Composite Doors
Lot No
1
two.2.2) Additional CPV code(s)
- 44221211 - Door frames
- 44221200 - Doors
- 45421131 - Installation of doors
- 45421111 - Installation of door frames
- 44221210 - Door blanks
- 44221230 - Sliding doors
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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 WPA website for further detail.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 40%
Quality criterion - Name: Regional Capability / Weighting: 20%
Quality criterion - Name: Factory Assessment / Weighting: 10%
Price - Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Workstream 2 - Composite Fire Doors
Lot No
2
two.2.2) Additional CPV code(s)
- 44221211 - Door frames
- 44221200 - Doors
- 45421131 - Installation of doors
- 45421111 - Installation of door frames
- 44221210 - Door blanks
- 44221220 - Fire doors
- 44221230 - Sliding doors
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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 WPA website for further detail.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 40%
Quality criterion - Name: Regional Capability / Weighting: 20%
Quality criterion - Name: Factory Assessment / Weighting: 10%
Price - Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Workstream 3 - Timber Doors
Lot No
3
two.2.2) Additional CPV code(s)
- 44221211 - Door frames
- 44221200 - Doors
- 45421131 - Installation of doors
- 45421111 - Installation of door frames
- 44221210 - Door blanks
- 44221230 - Sliding doors
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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 WPA website for further detail.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 40%
Quality criterion - Name: Regional Capability / Weighting: 20%
Quality criterion - Name: Factory Assessment / Weighting: 10%
Price - Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Workstream 4 - Timber Fire Doors
Lot No
4
two.2.2) Additional CPV code(s)
- 44221211 - Door frames
- 44221200 - Doors
- 45421131 - Installation of doors
- 45421111 - Installation of door frames
- 44221210 - Door blanks
- 44221230 - Sliding doors
- 44221220 - Fire doors
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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 WPA website for further detail.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 40%
Quality criterion - Name: Regional Capability / Weighting: 20%
Quality criterion - Name: Factory Assessment / Weighting: 10%
Price - Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Workstream 5 – Communal Entrance & Exit Doors
Lot No
5
two.2.2) Additional CPV code(s)
- 44221211 - Door frames
- 44221200 - Doors
- 45421131 - Installation of doors
- 45421111 - Installation of door frames
- 44221210 - Door blanks
- 44221230 - Sliding doors
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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 WPA website for further detail.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 40%
Quality criterion - Name: Regional Capability / Weighting: 20%
Quality criterion - Name: Factory Assessment / Weighting: 10%
Price - Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Workstream 6 - Access Controls installation
Lot No
6
two.2.2) Additional CPV code(s)
- 42961100 - Access control system
- 45421131 - Installation of doors
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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 WPA website for further detail.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 40%
Quality criterion - Name: Regional Capability / Weighting: 20%
Quality criterion - Name: Factory Assessment / Weighting: 10%
Price - Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Workstream 7 - All materials and fire doors (Super lot)
Lot No
7
two.2.2) Additional CPV code(s)
- 44221200 - Doors
- 44221211 - Door frames
- 45421131 - Installation of doors
- 45421111 - Installation of door frames
- 44221210 - Door blanks
- 44221230 - Sliding doors
- 44221220 - Fire doors
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
Please refer to the framework guide which will be available from the WPA website for further detail.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 40%
Quality criterion - Name: Regional Capability / Weighting: 20%
Quality criterion - Name: Factory Assessment / Weighting: 10%
Price - Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 182-440739
Section five. Award of contract
Lot No
5
Title
Workstream 5 – Communal Entrance & Exit Doors
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 May 2021
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other 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
five.2.3) Name and address of the contractor
F. Bamford (Engineering) Ltd
Stockport
SK4 1NT
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
National registration number
01820820
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Harmony Fire Limited
BA22 8QX
Yeovil
Country
United Kingdom
NUTS code
- UKK2 - Dorset and Somerset
National registration number
10427303
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
HBS Fabrication Northwest Limited
Clitheroe
BB7 2DL
Country
United Kingdom
NUTS code
- UKD4 - Lancashire
National registration number
12447643
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Neos Protect Limited
Stanley
DH9 0DQ
Country
United Kingdom
NUTS code
- UKC1 - Tees Valley and Durham
National registration number
07670742
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Warrior Doors Ltd
Birmingham
B11 2AX
Country
United Kingdom
NUTS code
- UKG - West Midlands (England)
National registration number
03356625
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,000,000
Section five. Award of contract
Lot No
4
Title
Workstream 4 - Timber Fire Doors
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 May 2021
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other 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
five.2.3) Name and address of the contractor
Anglian Windows Limited
Norwich
NR6 6EU
Country
United Kingdom
NUTS code
- UKH1 - East Anglia
National registration number
02540020
The contractor is an SME
No
five.2.3) Name and address of the contractor
Harmony Fire Limited
BA22 8QX
Yeovil
Country
United Kingdom
NUTS code
- UKK2 - Dorset and Somerset
National registration number
10427303
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ian Williams Limited
Bristol
BS37 6JL
Country
United Kingdom
NUTS code
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
National registration number
00879464
The contractor is an SME
No
five.2.3) Name and address of the contractor
Solar Windows Limited
Caerphilly
CF83 8DW
Country
United Kingdom
NUTS code
- UKL - Wales
National registration number
02678809
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ventro Ltd
Plymouth
PL6 7TL
Country
United Kingdom
NUTS code
- UKK4 - Devon
National registration number
08765695
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,000,000
Section five. Award of contract
Lot No
6
Title
Workstream 6 - Access Controls installation
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 May 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Baydale Control Systems Limited
Darlington
DL1 4XZ
Country
United Kingdom
NUTS code
- UKC1 - Tees Valley and Durham
National registration number
03885564
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
F. Bamford (Engineering) Ltd
Stockport
SK4 1NT
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
National registration number
01820820
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Grosvenor Aptec Limited
Wrexham
LL11 1DY
Country
United Kingdom
NUTS code
- UKL2 - East Wales
National registration number
02765275
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Harmony Fire Limited
BA22 8QX
Yeovil
Country
United Kingdom
NUTS code
- UKK2 - Dorset and Somerset
National registration number
10427303
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,000,000
Section five. Award of contract
Lot No
3
Title
Workstream 3 - Timber Doors
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 May 2021
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Anglian Windows Limited
Norwich
NR6 6EU
Country
United Kingdom
NUTS code
- UKH1 - East Anglia
National registration number
02540020
The contractor is an SME
No
five.2.3) Name and address of the contractor
Harmony Fire Limited
BA22 8QX
Yeovil
Country
United Kingdom
NUTS code
- UKK2 - Dorset and Somerset
National registration number
10427303
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ian Williams Limited
Bristol
BS37 6JL
Country
United Kingdom
NUTS code
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
National registration number
00879464
The contractor is an SME
No
five.2.3) Name and address of the contractor
Solar Windows Limited
Caerphilly
CF83 8DW
Country
United Kingdom
NUTS code
- UKL - Wales
National registration number
02678809
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,000,000
Section five. Award of contract
Lot No
2
Title
Workstream 2 - Composite Fire Doors
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 May 2021
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Anglian Windows Limited
Norwich
NR6 6EU
Country
United Kingdom
NUTS code
- UKH1 - East Anglia
National registration number
02540020
The contractor is an SME
No
five.2.3) Name and address of the contractor
IDM Doors Limited
Newport
NP20 2JR
Country
United Kingdom
NUTS code
- UKL - Wales
National registration number
05613742
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ian Williams Limited
Bristol
BS37 6JL
Country
United Kingdom
NUTS code
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
National registration number
00879464
The contractor is an SME
No
five.2.3) Name and address of the contractor
Nationwide Windows Limited
Rugby
CV22 7DH
Country
United Kingdom
NUTS code
- UKG1 - Herefordshire, Worcestershire and Warwickshire
National registration number
02025613
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Solar Windows Limited
Caerphilly
CF83 8DW
Country
United Kingdom
NUTS code
- UKL - Wales
National registration number
02678809
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Specialist Building Contracting Limited
Solihull
B90 4QT
Country
United Kingdom
NUTS code
- UKG3 - West Midlands
National registration number
11714098
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ventro Ltd
Plymouth
PL6 7TL
Country
United Kingdom
NUTS code
- UKK4 - Devon
National registration number
08765695
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,000,000
Section five. Award of contract
Lot No
1
Title
Workstream 1 - Composite Doors
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 May 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Anglian Windows Limited
Norwich
NR6 6EU
Country
United Kingdom
NUTS code
- UKH1 - East Anglia
National registration number
02540020
The contractor is an SME
No
five.2.3) Name and address of the contractor
Harmony Fire Limited
BA22 8QX
Yeovil
Country
United Kingdom
NUTS code
- UKK2 - Dorset and Somerset
National registration number
10427303
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
IDM Doors Limited
Newport
NP20 2JR
Country
United Kingdom
NUTS code
- UKL - Wales
National registration number
05613742
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Nationwide Windows Limited
Rugby
CV22 7DH
Country
United Kingdom
NUTS code
- UKG1 - Herefordshire, Worcestershire and Warwickshire
National registration number
02025613
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Solar Windows Limited
Caerphilly
CF83 8DW
Country
United Kingdom
NUTS code
- UKL - Wales
National registration number
02678809
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Sovereign Group Limited
Nelson
BB9 0TA
Country
United Kingdom
NUTS code
- UKD4 - Lancashire
National registration number
01089940
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Specialist Building Contracting Limited
Solihull
B90 4QT
Country
United Kingdom
NUTS code
- UKG3 - West Midlands
National registration number
11714098
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,000,000
Section five. Award of contract
Lot No
7
Title
Workstream 7 - All materials and fire doors (Super lot)
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.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 WPA 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 07 June 2021 and will last for a period of 48 months, ending on 06 June 2025
(WA Ref:111043)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, the strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom