Contract

WD2 – PVC-U and Timber Windows and Doors

  • LHC Procurement Group for the Scottish Procurement Alliance (SPA)

F20: Modification notice

Notice identifier: 2024/S 000-035818

Procurement identifier (OCID): ocds-h6vhtk-04b418

Published 5 November 2024, 3:02pm



Section one: Contracting authority/entity

one.1) Name and addresses

LHC Procurement Group for the Scottish Procurement Alliance (SPA)

6 Deer Park Avenue

Livingston

EH54 8AF

Email

procurement@lhcprocure.org.uk

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

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.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
  • UKM - Scotland

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

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.2.7) 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: 2022/S 022-191640


Section five. Award of contract/concession

Contract No

Lot 1

Lot No

1

Title

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

five.2) Award of contract/concession

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

22 July 2022

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

CR Smith Manufacturing

Gardeners Street,

Dunfermline,

KY12 0RN.

Country

United Kingdom

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

Yes

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

Sovereign Group Limited

Vale Street

Nelson

BB9 0TA

Country

United Kingdom

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

Yes

five.2.3) 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

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

CCG Scotland

1 Cambuslang Road

Camubuslang

G32 8NB

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
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: £30,000,000


Section six. Complementary information

six.3) Additional information

LHC Procurement Group 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 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.

(SC Ref:782474)

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

Email

procurement@lhc.gov.uk

Country

United Kingdom

Internet address

https://www.lhcprocure.org.uk

six.4.2) Body responsible for mediation procedures

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 has been developed to provide an efficient, value for money procurement route for local authorities, social landlords and other public sector bodies for the supply and installation of PVC-U, Timber and Aluminium Clad windows and doors.

This framework can be used in all types of public buildings and buildings managed using public funding.

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:

£40,000,000

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

CR Smith Manufacturing

Gardeners Street,

Dunfermline,

KY12 0RN.

Telephone

+44 7962321806

Country

United Kingdom

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

Yes

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

Sovereign Group Limited

Vale Street

Nelson

BB9 0TA

Telephone

+44 1282440440

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

Sidey Solutions Limited

19-57 Feus Road

Perth

PH1 2AX

Telephone

+44 7552924278

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

CCG Scotland

1 Cambuslang Road

Camubuslang

G32 8NB

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
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):

This contract modification notice is to increase the contract value by 10000000GBP to ensure continuity of the framework.

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:

The estimated forecasted contract notice value is due to be exceeded and needs increasing to ensure continuity of 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: £30,000,000

Total contract value after the modifications

Value excluding VAT: £40,000,000