Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

SF02 Hysbysiad Contract

WD2 – PVC-U and Timber Windows and Doors

  • Cyhoeddwyd gyntaf: 12 Tachwedd 2021
  • Wedi'i addasu ddiwethaf: 12 Tachwedd 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-kuma6s-115504
Cyhoeddwyd gan:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
ID Awudurdod:
AA61405
Dyddiad cyhoeddi:
12 Tachwedd 2021
Dyddiad Cau:
18 Ionawr 2022
Math o hysbysiad:
SF02 Hysbysiad Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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 CPV: 45421100, 03419100, 45421100, 45421110, 45421112, 45421130, 45421132, 45421100, 45421110, 45421112, 45421130, 03419100, 45421100, 45421110, 45421112, 45421132, 45421130.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
03419100 Cynhyrchion pren Coed
45421130 Gosod drysau a ffenestri Gwaith asiedydd
45421100 Gosod drysau a ffenestri a chydrannau cysylltiedig Gwaith asiedydd
45421132 Gosod ffenestri Gwaith asiedydd
45421110 Gosod fframiau drysau a ffenestri Gwaith asiedydd
45421112 Gosod fframiau ffenestri Gwaith asiedydd

Lleoliadau Dosbarthu

ID Disgrifiad
1018 Abertawe
1022 Caerdydd a Bro Morgannwg
1013 Conwy a Sir Ddinbych
1015 Cymoedd Canalog (Merthyr Tudful, Rhondda Cynon Taf)
1016 Cymoedd Gwent (Torfaen, Blaenau Gwent, Caerffili)
1000 CYMRU
1014 De-orllewin Cymru (Sir Gaerfyrddin, Sir Benfro, Ceredigion)
100 DU - I gyd
1020 Dwyrain Cymru
1010 Gorllewin Cymru a'r Cymoedd
1012 Gwynedd
1017 Pen-y-bont ar Ogwr a Castell-Nedd Port Talbot
1024 Powys
1021 Sir Fynwy a Chasnewydd
1023 Sir y Fflint a Wrecsam
1011 Ynys Môn

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Teulu dogfennau

Manylion hysbysiad
Dyddiad cyhoeddi:
12 Tachwedd 2021
Dyddiad Cau:
18 Ionawr 2022 00:00
Math o hysbysiad:
SF02 Hysbysiad Contract
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Dyddiad cyhoeddi:
04 Chwefror 2022
Math o hysbysiad:
SF14 Corrigendwm
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Dyddiad cyhoeddi:
27 Gorffennaf 2022
Math o hysbysiad:
SF03 Hysbysiad Dyfarnu Contract - Cyflenwr(wyr) Llwyddiannus
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@lhc.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
04/02/2022 10:49
Extension to Deadline
We have extended the timeline, the new deadline for bidders to submit their bid will now be 12pm on 1st March 2022.
04/02/2022 11:57
Extension to Deadline
We have extended the timeline, the new deadline for bidders to submit their bid will now be 12pm on 1st March 2022.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.