Hysbysiad contract
Adran I: 
        Endid 
       contractio 
I.1) Enw a chyfeiriad
  LHC for the Welsh Procurement Alliance (WPA)
  Tredomen Park
  Ystrad Mynach
  CF82 7FQ
  UK
  
            Person cyswllt: Procurement
  
            Ffôn: +44 1895274800
  
            E-bost: procurement@lhcprocure.org.uk
  
            NUTS: UK
  Cyfeiriad(au) rhyngrwyd
  
              Prif gyfeiriad: https://www.welshprocurement.cymru/
  
              Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405
 
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
            Arall: Public sector framework provider
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
  II.1.1) Teitl
  Aluminium Windows & Doors
  
            Cyfeirnod: A8
  II.1.2) Prif god CPV
  45421100
 
  II.1.3) Y math o gontract
  Gwaith
  II.1.4) Disgrifiad byr
  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.
  II.1.5) Cyfanswm gwerth amcangyfrifedig
  
            Gwerth heb gynnwys TAW: 20 000 000.00 GBP
  II.1.6) Gwybodaeth am lotiau
  
            Mae’r contract hwn wedi’i rannu’n lotiau:
            
        Na
      
 
II.2) Disgrifiad
  
    II.2.2) Cod(au) CPV ychwanegol
    45421100
    45421110
    44221000
    II.2.3) Man cyflawni
    Cod NUTS:
    UKL
    II.2.4) Disgrifiad o’r caffaeliad
    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.
    II.2.5) Meini prawf dyfarnu
    Maen prawf isod:
    
                    Maes prawf ansawdd: Regional Capability Questions
                    / Pwysoliad: 15%
    
                    Maes prawf ansawdd: Technical Capability Questions
                    / Pwysoliad: 40%
    
                    Maes prawf ansawdd: Factory Assessment
                    / Pwysoliad: 15%
    
                    Price
                    
                      / Pwysoliad: 
                      30%
    II.2.6) Gwerth amcangyfrifedig
    
            Gwerth heb gynnwys TAW: 20 000 000.00 GBP
    II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
    
                Hyd mewn misoedd: 48
    
                  Gall y contract hwn gael ei adnewyddu: Ydy
                
    Disgrifiad o’r adnewyddiadau:
    A posibility for a one year extension if required.
    II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
    II.2.10) Gwybodaeth am amrywiadau
    
            Derbynnir amrywiadau:
            
              Na
            
    II.2.11) Gwybodaeth am opsiynau
    
            Opsiynau:
            
              Na
            
    II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
    
            Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
            
              Na
            
    II.2.14) Gwybodaeth ychwanegol
    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 III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
  III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
  Rhestr a disgrifiad byr o’r amodau:
  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.
  III.1.2) Statws economaidd ac ariannol
  Rhestr a disgrifiad byr o’r meini prawf dethol:
  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.
Lefel(au) gofynnol y safonau sydd eu hangen:
  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.
  III.1.3) Gallu technegol a phroffesiynol
  Rhestr a disgrifiad byr o’r meini prawf dethol:
  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.
 
III.2) Amodau sy’n gysylltiedig â’r contract
  III.2.2) Amodau perfformiad contractau
  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 IV: Gweithdrefn
IV.1) Disgrifiad
  IV.1.1) Y math o weithdrefn
  
                        Gweithdrefn agored
                        
  
                    IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
                  
  Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
  IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Ydy
      
 
IV.2) Gwybodaeth weinyddol
  IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
  Rhif yr hysbysiad yn OJ S:
  2023/S 000-026966
  IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
  
              Dyddiad:
              15/12/2023
  
                Amser lleol: 12:00
  IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
  EN
  IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
  
                Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)
              
  IV.2.7) Amodau ar gyfer agor tendrau
  
              Dyddiad:
              15/12/2023
  
              Amser lleol: 12:00
 
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
          Caffaeliad cylchol yw hwn:
          
        Na
      
VI.3) Gwybodaeth ychwanegol
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.
VI.4) Gweithdrefnau adolygu
  VI.4.1) Corff adolygu
  
    High Court
    Royal Courts of Justice, The Strand
    London
    WC2A 2LL
    UK
    
            Ffôn: +44 2079477501
   
 
VI.5) Dyddiad anfon yr hysbysiad hwn
02/11/2023