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

Aluminium Windows & Doors

  • Cyhoeddwyd gyntaf: 02 Tachwedd 2023
  • Wedi'i addasu ddiwethaf: 02 Tachwedd 2023

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-135540
Cyhoeddwyd gan:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
ID Awudurdod:
AA61405
Dyddiad cyhoeddi:
02 Tachwedd 2023
Dyddiad Cau:
01 Tachwedd 2023
Math o hysbysiad:
SF02 Hysbysiad Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

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. CPV: 45421100, 45421100, 45421110, 44221000.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44221000 Ffenestri, drysau ac eitemau cysylltiedig Gwaith asiedydd adeiladwyr
45421100 Gosod drysau a ffenestri a chydrannau cysylltiedig Gwaith asiedydd
45421110 Gosod fframiau drysau a 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:
02 Tachwedd 2023
Dyddiad Cau:
01 Tachwedd 2023 00:00
Math o hysbysiad:
SF02 Hysbysiad Contract
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Dyddiad cyhoeddi:
02 Tachwedd 2023
Math o hysbysiad:
SF03 Hysiad Dyfarnu Contract - gweithdrefn anghyflawn
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@lhcprocure.org.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
02/11/2023 16:31
Notice Cancelled
This notice has been cancelled. The original deadline date of 15/12/2023 is no longer applicable.

Error identified on notice, to be republished

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.