Awarded contract

WD2 – PVC-U and Timber Windows and Doors

  • LHC for the Welsh Procurement Alliance (WPA)

F03: Contract award notice

Notice reference: 2022/S 000-020421

Published 27 July 2022, 9:58am



Section one: Contracting authority

one.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

Tredomen Innovation & Technology Centre

Ystrad Mynach

CF82 7FQ

Email

procurement@lhc.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.lhc.gov.uk

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

WD2 – PVC-U and Timber Windows and Doors

Reference number

WD2

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 notice is listed by LHC on behalf of the Welsh Procurement Alliance (WPA)

The framework will cover the geographical area of Wales.

This framework is for designed for manufacturers of PVC-U and timber window and door products, who offer both a design, manufacture and supply only and a complete design, manufacture, supply and installation service.

The full list of workstreams available under this framework is:

Lot 1 - Manufacture, Supply and Installation of PVC-U Windows and Doors

Lot 2 - Manufacture, Supply and Installation of Timber Windows and Doors

Lot 3 - Manufacture, Supply and Installation of Aluminium Clad Timber Windows

This framework agreement will commence on the 1st August 2022 and will last for 48 months.

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: £16,000,000

two.2) Description

two.2.1) Title

Manufacture, Supply and Installation of PVC-U Windows and Doors - U11

Lot No

1

two.2.2) Additional CPV code(s)

  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Various sites throughout Wales

two.2.4) Description of the procurement

Lot 1 will cover the design, supply, removal of old and installation of new PVC-U windows and doors for all types of public sector projects.

Appointed Companies for this lot offer both a design, manufacture and supply only and a complete design, manufacturer, supply and installation service.

Installation services may be provided either through directly employed teams or via supply chain members that have been assessed and approved by the appointed company.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 40

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Factory Visit / 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

Manufacture, Supply and Installation of Timber windows and Doors - T5 WS1

Lot No

2

two.2.2) Additional CPV code(s)

  • 03419100 - Timber products
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421132 - Installation of windows
  • 45421130 - Installation of doors and windows

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Various sites throughout Wales

two.2.4) Description of the procurement

Lot 2 will cover the design, supply, removal of old and installation of new timber windows and doors for all types of public sector projects.

Successfully appointed companies for this lot offer both a design, manufacture and supply only and a complete design, manufacturer, supply and installation service.

Installation services may be provided either through directly employed teams or via supply chain members that have been assessed and approved by the bidder.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 40

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Factory Visit / 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

Manufacture, Supply and Installation of Aluminium Clad Timber windows - T5 WS2

Lot No

3

two.2.2) Additional CPV code(s)

  • 03419100 - Timber products
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Various sites throughout Wales

two.2.4) Description of the procurement

Lot 3 will cover the design, supply, removal of old and installation of new aluminium clad timber windows for all types of public sector projects.

Successfully appointed companies for this lot offer both a design, manufacture and supply only and a complete design, manufacturer, supply and installation service.

Installation services may be provided either through directly employed teams or via supply chain members that have been assessed and approved by the appointed company.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 40

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Factory Visit / 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: 2021/S 000-028369


Section five. Award of contract

Lot No

2

Title

Manufacture, Supply and Installation of Timber windows and Doors - T5 WS1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Sovereign Group Ltd

Vale Street

Nelson

BB90TA

Country

United Kingdom

NUTS code
  • UKD4 - Lancashire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £16,000,000


Section five. Award of contract

Lot No

3

Title

Manufacture, Supply and Installation of Aluminium Clad Timber windows - T5 WS2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Sovereign Group Ltd

Vale Street

Nelson

BB90TA

Country

United Kingdom

NUTS code
  • UKD4 - Lancashire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £16,000,000


Section five. Award of contract

Lot No

1

Title

Manufacture, Supply and Installation of PVC-U Windows and Doors - U11

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2022

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

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

five.2.3) Name and address of the contractor

Graham Holmes Astraseal

Paterson Road

Welllingborough

NN84EX

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
National registration number

02593809

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

NATIONWIDE WINDOWS LTD

NATIONWIDE WINDOWS LTD, Nationwide House 74 88 Somers Road

RUGBY

CV227DH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02025613

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Solar Windows Ltd

Unit 15b Bedwas House Industrial Estate, Bedwas

Caerphilly

CF838DW

Country

United Kingdom

NUTS code
  • UKL16 - Gwent Valleys
National registration number

02678809

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Specialist Building Contracting LTD TA Wrekin Windows

Unit D1 - D4, Stafford Park 4

Telford

TF33BA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

11714098

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Sovereign Group Ltd

Vale Street

Nelson

BB90TA

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

IDM Doors Limited

Rock Wharf, Mill Parade

Newport

NP202JR

Country

United Kingdom

NUTS code
  • UKL21 - Monmouthshire and Newport
National registration number

05613742

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £16,000,000


Section six. Complementary information

six.3) Additional information

LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Welsh Procurement Alliance - WPA and Scottish Procurement Alliance- SPA) 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 Public Contracts (Scotland) 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.

Under the terms of this contract the successfully appointed contractors will be required to 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 LHC,SPA, WPA, CPC and SWPA websites, or request further information from are presentative of the LHC group to identify the specific list of contractors appointed in each regional area within each lot.

As of the date of publication of this notice our frameworks may be used by all contracting authorities in Wales as defined by the Public

Contracts Regulations 2015 and as listed on https://www.welshprocurement.cymru/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 or registered charities.

(WA Ref:123400)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom