Contract

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

  • LHC Procurement Group on behalf of the Scottish Procurement Alliance (SPA)

F20: Modification notice

Notice identifier: 2024/S 000-017351

Procurement identifier (OCID): ocds-h6vhtk-046d70

Published 5 June 2024, 8:53am



Section one: Contracting authority/entity

one.1) Name and addresses

LHC Procurement Group on behalf of the Scottish Procurement Alliance (SPA)

6 Deer Park Avenue

Livingston

EH54 8AF

Contact

Procurement Team

Email

procurement@lhcprocure.org.uk

Telephone

+44 1895274800

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scottishprocurement.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16123


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.2) Description

two.2.1) Title

Workstream 1 - 7 Supply and Installation of Communal Doors, Entrance Doors and Associated Products

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
  • UKM5 - North Eastern Scotland
  • UKM6 - Highlands and Islands
  • UKM7 - Eastern Scotland
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland

two.2.4) Description of the procurement at the time of conclusion of the contract:

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 SPA website for further detail.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2021/S 110-290403


Section five. Award of contract/concession

Contract No

1

Lot No

1

Title

Workstream 1 - 7 Supply and Installation of Communal Doors, Entrance Doors and Associated Products

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

26 May 2021

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor/concessionaire

Harmony Fire Limited

Yeovil

BA22 8QX

Country

United Kingdom

NUTS code
  • UKK2 - Dorset and Somerset
National registration number

10427303

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

Sidey Solutions Limited

London

WC2H 9JQ

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

09613925

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

Sovereign Group Limited

Nelson

BB9 0TA

Country

United Kingdom

NUTS code
  • UKD4 - Lancashire
National registration number

01089940

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

Specialist Building Contracting Limited

Solihull

B90 4QT

Country

United Kingdom

NUTS code
  • UKG3 - West Midlands
National registration number

11714098

The contractor/concessionaire is an SME

No

five.2.3) Name and address of the contractor/concessionaire

Anglian Windows Limited

Norwich

NR6 6EU

Country

United Kingdom

NUTS code
  • UKH1 - East Anglia
National registration number

02540020

The contractor/concessionaire is an SME

No

five.2.3) Name and address of the contractor/concessionaire

CMS Enviro Systems Ltd

Glasgow

G68 0FS

Country

United Kingdom

NUTS code
  • UKM8 - West Central Scotland
National registration number

SC295823

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £20,000,000


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 SPA 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

(SC Ref:768514)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court and Justice of the Peace Court

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Livingston Sheriff Court and Justice of the Peace Court

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 45421100 - Installation of doors and windows and related components

seven.1.3) Place of performance

NUTS code
  • UKM - Scotland

seven.1.4) Description of the procurement:

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 commenced on 07 June 2021 and will last for a period of 48 months, ending on 06 June 2025.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£30,000,000

seven.1.7) Name and address of the contractor/concessionaire

Anglian Building Products

2 Bessemer Drive, East Kilbride

East Kilbride

G74 0QX

Country

United Kingdom

NUTS code
  • UKH1 - East Anglia
The contractor/concessionaire is an SME

No

seven.1.7) Name and address of the contractor/concessionaire

CMS Enviro Systems Ltd

Blairlinn Industrial Estate, 3 Mid Road

Glasgow

G67 2TT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

Harmony Fire Ltd

Clark House, Higher Kingsbury

Sherborne

DT9 5EB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

Sidey Solutions Limited

19-57 Feus Road

Perth

PH1 2AX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

Sovereign Group Limited

Vale Street, Nelson

Lancashire

BB9 0TA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

seven.1.7) Name and address of the contractor/concessionaire

CCG (Scotland) Ltd

1 Cambuslang road, Cambuslang Investment Park

Cambuslang

G32 8NB

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

Martec Engineering

Block 7, 20 Clydesmill Drive

Glasgow

G32 8RG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

Permadoor

Station Road Industrial Estate

Upton-upon-Severn

WR8 0RX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

Russell Timber Technology

8 Dilwara Avenue, Whiteinch

Glasgow

G14 0QS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

Ventro Group

350-352 Cattewater Road

Plymouth

PL4 0SF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

F Bamford Engineering (Bamford Doors)

Ajax Works, Whitehill street

Stockport

SK4 1NT

Country

United Kingdom

NUTS code
  • UKD35 - Greater Manchester South East
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

HBS Fabrication NW Ltd

Unit 2 Leopold Street, Pemberton

Wigan

WN58EG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

Neos Protect Ltd

Unit J, Felling Business Centre

Gateshead

NE10 0QH

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

Baydale Control Systems Limited

Edmund Palmer House, Morton Park Way

Darlington

DL1 4XZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Increase of estimated framework value

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

Further unforseen projects are registered which would take the current framework value over the threshold originally set with 1 year left to run on the framework.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £20,000,000

Total contract value after the modifications

Value excluding VAT: £30,000,000