Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
LHC for the Welsh Procurement Alliance (WPA)
Tredomen Innovation & Technology Centre
Ystrad Mynach
CF82 7FQ
UK
E-bost: procurement@lhc.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.lhc.gov.uk
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://procontract.due-north.com/opportunities
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://procontract.due-north.com/opportunities
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
WD2 – PVC-U and Timber Windows and Doors
Cyfeirnod: WD2
II.1.2) Prif god CPV
45421100
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
This notice is listed by LHC on behalf of the Welsh Procurement Alliance (WPA)
LHC / WPA is seeking interest from suitable organisations for our WD2 Windows and Doors (PVC-U and Timber Products) Framework.
LHC / WPA 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 assessed and approved by the bidder, however regardless of the installation approach clients calling off from this contract will contract with the bidders appointed to this framework to provide 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
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 16 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Manufacture, Supply and Installation of PVC-U Windows and Doors - U11
II.2.2) Cod(au) CPV ychwanegol
45421100
45421110
45421112
45421130
II.2.3) Man cyflawni
Cod NUTS:
UKL
Prif safle neu fan cyflawni:
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.
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 40
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Maes prawf ansawdd: Factory Visit
/ Pwysoliad: 10
Price
/ Pwysoliad:
30
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: Na
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 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.
Rhif y Lot 2
II.2.1) Teitl
Manufacture, Supply and Installation of Timber windows and Doors - T5 WS1
II.2.2) Cod(au) CPV ychwanegol
03419100
45421100
45421110
45421112
45421132
45421130
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 40
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Maes prawf ansawdd: Factory Visit
/ Pwysoliad: 10
Price
/ Pwysoliad:
30
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: Na
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 will appoint up to 6 organisations within this lot to ensure Clients have adequate service coverage. Refer to the ITT overview document for full details of the regional area.
LHC reserves the right to appoint additional companies to this lot to ensure effective coverage, good regional representation of appointed companies and sufficient competition.
Rhif y Lot 3
II.2.1) Teitl
Manufacture, Supply and Installation of Aluminium Clad Timber windows - T5 WS2
II.2.2) Cod(au) CPV ychwanegol
03419100
45421100
45421110
45421112
45421130
45421132
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 40
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Maes prawf ansawdd: Factory Visit
/ Pwysoliad: 10
Price
/ Pwysoliad:
30
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: Na
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 will appoint up to 6 organisations within this lot to ensure Clients have adequate service coverage. Refer to the ITT overview document for full details of the regional area.
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 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:
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
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
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.
Social value and community benefits Successful bidders appointed to this framework will be expected to work with LHC/WPA 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/WPA 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 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
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 6
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:
2021/S 000-016036
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
18/01/2022
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:
18/01/2022
Amser lleol: 13:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
LHC is a joint committee of local authorities acting as a central purchasing body on behalf of Welsh Procurement Alliance. Thanks to
their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their portfolio, 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 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.
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
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’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:
Bidders must beware that WPA 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.
(WA Ref:115504)
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
12/11/2021