Awarded contract

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

  • LHC on behalf of Welsh Procurement Alliance (WPA)

F03: Contract award notice

Notice reference: 2021/S 000-012488

Published 3 June 2021, 5:15pm



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

Email

procurement@lhc.gov.uk

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

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom