Section one: Contracting authority
one.1) Name and addresses
LHC for the Welsh Procurement Alliance (WPA)
Tredomen Park
Ystrad Mynach
CF82 7FQ
Contact
Procurement
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17
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
Aluminium Windows & Doors
Reference number
A8
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 opportunity has been listed by LHC Procurement Group on behalf of the Welsh Procurement Alliance (WPA) and our other regional entities:
Consortium Procurement Construction (CPC)
LHC London and South East (LSE)
South-West Procurement Alliance (SWPA)
Scotttish Procurement Alliance (SPA)
LHC Procurement Group are looking for suitable organisations to bid for our Aluminium Windows and Doors Framework (A8). This will be it's 8th iteration and will seek to build on the strengths of our existing product.
The framework scope seeks to provide windows, doors, doorsets, and curtain walling products via a complete survey and installation service for both domestic and commercial properties.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45421100 - Installation of doors and windows and related components
- 45421110 - Installation of door and window frames
- 44221000 - Windows, doors and related items
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
The Aluminium Windows and Doors Framework will be the successor to LHC's current Aluminium Windows and Doors Framework (A7) which expires May 2024. The framework will be designed to support clients with the design, supply and installation of aluminium windows, doors, doorsets, and curtain walling for all types of public sector refurbishment and new build projects.
The option for supply and delivery or supply only, can be built into the specification as well as repairs without the need of additional lots.
two.2.5) Award criteria
Quality criterion - Name: Regional Capability Questions / Weighting: 15%
Quality criterion - Name: Technical Capability Questions / Weighting: 40%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
A posibility for a one year extension if required.
two.2.10) Information about variants
Variants will be accepted: No
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.2.14) Additional information
LHC intend to appoint up to six (6) bidders per regional area to ensure LHC clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
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
Full details of the minimum requirements to be considered eligible to bid for this framework can be found in the procurement documents provided through the In-Tend Portal.
three.1.2) Economic and financial standing
List and brief description of selection criteria
For the financial stability assessment, LHCs’ financial team will undertake the following process to carry out a robust assessment of a Bidders' financial standing:
1) Credit score – LHC use Creditsafe to carry out initial checking of a Bidders’ financial status and help inform the subsequent assessments carried out by LHC.
2) Annual Turnover - Bidders will be assessed based on their average annual turnover for the past 3 years by comparison to the minimum turnover requirements set out in the contract notice and/or tender document documents.
3) Profitability, Stability and Liquidity Assessment – Bidders will be assessed on their financial stability based on a range of financial information obtained from the Bidders annual accounts.
Minimum level(s) of standards possibly required
Bidders will be required to have the following minimum levels of insurance for all lots applied for:
>Employer's (Compulsory) Liability Insurance = 5 million
>Public Liability Insurance = 5 million GBP
>Professional Indemnity = 1 million GBP
>Product Liability = 2 million GBP
Full details of the minimum requirements to be considered eligible to bid for each lot can be found in the procurement documents provided.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders are required to have the following ISO qualifications (or equivalent) or demonstrate compliance with these standards by completing the PAS 91 standard question:
Health and Safety certification in accordance with ISO 45001 (please refer to ITT for accepted equivalents)
Environmental Management certification in accordance with ISO 14001 (please refer to ITT for accepted equivalents)
Quality Management certification in accordance with ISO 9001 (please refer to ITT for accepted equivalents)
For any additional accreditation requirements, please refer to ITT documents for full details.
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/WPA will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics.
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 a single operator
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: 2023/S 000-026966
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 December 2023
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
15 December 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout Scotland, England and Wales (including partners of the Scottish Procurement Alliance, Welsh 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 Scotland as defined by the Public Contracts (Scotland) Regulations 2015 and as listed on https:// www.scottishprocurement.scot/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.
SPA partners 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
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits in this contract for the following reason:
As this is a tender for the establishment of a framework this is not appropriate but may be included in call off contracts.
(WA Ref:135540)
The buyer considers that this contract is suitable for consortia.
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