Section one: Contracting authority
one.1) Name and addresses
LHC
Royal House 2-4 Vine Street
Uxbridge
UB81QE
Country
United Kingdom
NUTS code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
Buyer's address
https://www.lhc.gov.uk/about-us/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/opportunities
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/opportunities
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 Framework
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
LHC is seeking interest from suitable organisations for our WD2 Windows and Doors (PVC-U and Timber Products) Framework.
LHC is tendering a replacement framework for the currently successful T4 (Timber windows and doors) and U10 (PVC-U windows and doors) agreements for the supply and installation of high quality windows and external doorsets suitable for use in public sector housing and non-housing buildings throughout England, Wales and Scotland.
This framework is for designed for manufacturers of PVC-U and timber window and door products, who can offer both a design, manufacture and supply only and a complete design, manufacture, supply and installation service.
Installation services can be provided either through directly employed teams or via supply chain members that have been assessed and approved by the bidder. Regardless of the installation approach clients calling off from this contract will engage with the successfully appointed bidders to this framework who will be responsible for providing a full supply and installation service.
The framework is to be tendered under 3 workstreams:
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 opportunity is a national framework listed by LHC on behalf of:
LHC
Scottish Procurement Alliance (SPA)
Consortium Procurement Construction (CPC)
Welsh Procurement Alliance (WPA)
South West Procurement Alliance (SWPA)
Each lot is broken down into sub-regional areas
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
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
- 45421132 - Installation of windows
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
Main site or place of performance
For the purpose of bidding for, and appointment to the framework the regional areas listed will be broken into smaller areas.
Full details can be found in the ITT documents provided.
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.
Successfully appointed bidders for this lot will be required to offer both a design, manufacture and supply only and a complete design, manufacturer, supply and installation service.
Installation services can be provided either through directly employed teams or via supply chain members that have been assessed and approved by the bidder. Regardless of the installation approach clients calling off from this contract will engage with the successfully appointed bidders to this framework who will be responsible for providing a full supply and installation service.
Full details can be found in the procurement documents provided.
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
LHC will appoint up to 6 organisations per sub-regional area within this lot to ensure Clients have adequate service coverage within each region. Refer to the ITT overview document for full details of the regional areas.
LHC reserves the right to appoint additional companies to this lot to ensure effective coverage, good regional representation of appointed companies and sufficient competition.
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
- 45421130 - Installation of doors and windows
- 45421132 - Installation of windows
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
Main site or place of performance
For the purpose of bidding for, and appointment to the framework the regional areas listed will be broken into smaller areas. Full details can be found in the ITT documents provided.
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 bidders for this lot will be required to offer both a design, manufacture and supply only and a complete design, manufacturer, supply and installation service.
Installation services can be provided either through directly employed teams or via supply chain members that have been assessed and approved by the bidder.
Regardless of the installation approach clients calling off from this contract will engage with the successfully appointed bidders to this framework who will be responsible for providing a full supply and installation service.
Full details can be found in the procurement documents provided.
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
LHC will appoint up to 6 organisations per sub-regional area within this lot to ensure Clients have adequate service coverage within each region. Refer to the ITT overview document for full details of the regional areas.
LHC reserves the right to appoint additional companies to this lot to ensure effective coverage, good regional representation of appointed companies and sufficient competition.
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
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
Main site or place of performance
For the purpose of bidding for, and appointment to the framework the regional areas listed will be broken into smaller areas. Full details can be found in the ITT documents provided.
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 bidders for this lot will be required to offer both a design, manufacture and supply only and a complete design, manufacturer, supply and installation service.
Installation services can be provided either through directly employed teams or via supply chain members that have been assessed and approved by the bidder.
Regardless of the installation approach clients calling off from this contract will engage with the successfully appointed bidders to this framework who will be responsible for providing a full supply and installation service.
Full details can be found in the procurement documents provided.
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
LHC will appoint up to 6 organisations per sub-regional area within this lot to ensure Clients have adequate service coverage within each region. Refer to the ITT overview document for full details of the regional areas.
LHC reserves the right to appoint additional companies to this lot to ensure effective coverage, good regional representation of appointed companies and sufficient competition.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
ENVIRONMENTAL MANAGEMENT
UKAS (or equivalent certified by a member of the International Accreditation Forum IAF) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. Where a bidder does not hold such certificate, they will be required to complete a set of questions to evidence their environmental management procedures are in line with ISO 14001.
QUALITY MANAGEMENT
UKAS (or equivalent certified by a member of the International Accreditation Forum IAF) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
Where a bidder does not hold such certificate, they will be required to complete a set of questions to evidence their environmental management procedures are in line with ISO 9001.
HEALTH AND SAFETY
The Bidder must hold a UKAS (or equivalent certified by a member of the International Accreditation Forum IAF), accredited independent third party certificate of compliance in accordance with ISO 45001 - proactive risk (Previously BS OHSAS 18001- reactive risk) or equivalent or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
EVIDENCE OF COMPLIANCE WITH EQUALITY/DISCRIMINATION ACT
Bidders will be required to evidence through a number of confirmatory statements they are compliant with the equality act 2010 and have robust measures in place to promote equality and diversity within their organisation
PRODUCT CERTIFICATION
Products required to be compliant with relevant technical and safety standards as well as codes of best practice this would include but is not limited to;
o BBA certification
o BSI certification such as kitemark
o UKCA marking
o ISO standards
o BS / BS EN standards
o SBD / LPS
Please refer to the specification for further details.
WARRANTIES
Bidders will be required to confirm they will offer the relevant warranties and guarantees for the products supplied and installed
Item Minimum warranty
Door leaf, frame, glazing 10 years
Locks, gaskets, weatherproofing 5 years
Vandal resistant products 5 years
Paints and stain finishes 3 years
General hardware items 2 years
Spare Parts availability 5 years
three.1.2) Economic and financial standing
List and brief description of selection criteria
TURNOVER
Minimum average annual turnover requirement (over 4 previous years trading) for each lot is 350,000 GBP.
INSURANCE REQUIREMENTS
Employers (Compulsory) Liability Insurance 5,000,000 GBP
Public Liability Insurance 5,000,000 GBP
Professional Indemnity Insurance 1,000,000 GBP
Product Liability Insurance 2,000,000 GBP
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project LHC will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics.
Social value and community benefits Successful bidders appointed to this framework will be expected to work with LHC and our clients to support in the identification and subsequent delivery of social value and community benefits. As such, appointed companies will be required to provide evidence to LHC for each project secured through this framework that they have discussed and identified opportunities to deliver social value and/or community benefits in conjunction with the project and subsequently delivered the identified opportunity.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
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 000-016036
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 January 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
18 January 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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, Scottish Procurement Alliance and South West 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 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 or registered charities.
Bidders must beware that LHC clients may add community benefit requirements in their call-off contracts from this Framework 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.
Please use the following link, and select LHC using the 'Portal' or 'Organisation' drop down filter to access the tender on LHC's eTendering portal.
https://procontract.due-north.com/Opportunities
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Roseberry Court, Central Avenue, St Andrews Business Park
Norwich
NR7 0HS
Country
United Kingdom