Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
14601330
Tredomen Park
Ystrad Mynach
CF82 7FQ
UK
Ffôn: +44 1895274800
E-bost: procurement@lhcprocure.org.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.lhcprocure.org.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://in-tendhost.co.uk/lhc/aspx/ProjectManage/35
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/35
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
Roofing Systems
Cyfeirnod: RS5M
II.1.2) Prif god CPV
44112500
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
THE RS5M FRAMEWORK IS ADVERTISED FOR ROOFING MANUFACTURERS.
This opportunity has been listed on behalf of LHC Procurement Group and our regional businesses:
Welsh Procurement Alliance (WPA)
The new Roofing Systems Framework (RS5M) will be the successor to LHC's current and successful roofing agreement (RS4) which is due to expire in May 2025.
This framework will be utilised to provide an efficient, value for money procurement route for local authorities, social landlords and other public sector bodies for the supply and delivery of roofing systems and associated products in all types of public sector refurbishment and new build projects; including:
- Multi occupancy residential buildings (low/medium/high rise)
- Schools
- Colleges
- Universities
- Public offices
- NHS buildings
- Blue Light buildings
- Other public buildings
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 000 000.00 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
Traditional Flat Roofing
II.2.2) Cod(au) CPV ychwanegol
44112500
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
Workstream 1 focuses on traditional flat roofing manufacturers. It involves conducting a full condition survey for waterproofing, condensation, structural integrity, and drainage. A detailed design is to be carried out through a thorough inspection, which considers all necessary thermal, condensation, and wind uplift calculations. The process includes providing a specification of works prepared by a manufacturer. Technical support and advice services are offered to clients both before and after the works, including Planned Preventative Maintenance (PPM). Post-works inspections are included as needed to ensure compliance and to issue material warranties.
The roofing products available include bituminous built-up roofing systems (both torch-free and torch-on), single-ply systems (mechanical and adhered), and extensive and intensive green roof systems. Additionally, associated roofing products such as rooflights, insulation, bonding spray, and cover strips are included.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical Question
/ Pwysoliad: 40%
Maes prawf ansawdd: Lot Specific Technical Questions
/ Pwysoliad: 30%
Price
/ Pwysoliad:
30%
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
02/12/2024
Diwedd:
02/06/2029
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 intend to appoint up to six (6) bidders per regional area to ensure 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.
Rhif y Lot 2
II.2.1) Teitl
Liquid Flat Roofing
II.2.2) Cod(au) CPV ychwanegol
44112500
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
Workstream 2 involves conducting a full condition survey for waterproofing, condensation, structural integrity, and drainage. A detailed design is carried out through a thorough inspection, which considers all necessary thermal, condensation, and wind uplift calculations. The process includes providing a specification of works prepared by a manufacturer. Technical support and advice services are offered to clients both before and after the works, including Planned Preventative Maintenance (PPM). Post-works inspections are included as needed to ensure compliance and to issue material warranties.
The roofing products involved include cold-applied liquid waterproofing membranes, Glass Reinforced Plastic (GRP) systems, green roof systems (both extensive and intensive), and liquid-applied membranes. Additionally, associated roofing products such as rooflights, insulation, and adhesives are included.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical Question
/ Pwysoliad: 40%
Maes prawf ansawdd: Lot Specific Technical Questions
/ Pwysoliad: 30%
Price
/ Pwysoliad:
30%
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
02/12/2024
Diwedd:
02/06/2029
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 intend to appoint up to six (6) bidders per regional area to ensure 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.
Rhif y Lot 3
II.2.1) Teitl
Profiled Metal Roofing
II.2.2) Cod(au) CPV ychwanegol
44112500
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
Workstream 3 includes the design and supply of metallic-based roofing systems, such as tile or sheet-type profiled systems. Additionally, it encompasses associated products, including flashings, fascia, soffit, weathering, and rainwater items. If the client requires, a flat roofing maintenance schedule can be provided.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical Question
/ Pwysoliad: 40%
Maes prawf ansawdd: Lot Specific Technical Questions
/ Pwysoliad: 30%
Price
/ Pwysoliad:
30%
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
02/12/2024
Diwedd:
02/06/2029
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 intend to appoint up to six (6) bidders per regional area to ensure 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:
Bidders will be required to demonstrate they have the appropriate competencies and hold specific qualifications and/or accreditations as appropriate for the scope of services expected to be delivered through each workstream.
Please refer to the RS5M ITT for further information regarding associated requirements.
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. Should any financial risk or low score be flagged within the Creditsafe information, LHC may also review independent reports from other credit referencing agencies such as Equifax, Dunn & Bradstreet and Baker Tilly to help inform our assessment.
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 for the lot/s they have applied for.
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:
The minimum turnover for all workstreams is set 1,000,000GBP per annum
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
General Technical Questions – These are general quality questions that LHCPG consider to be equally applicable to all workstreams. Irrespective of the number of lots the Bidder is applying for they will only need to complete this once, and the scores provided by LHC following our assessment will be applied consistently for all lots the Bidder applies for. A Bidder response template for these questions is provided.
Workstream Specific Technical Questions - The template/s required to be completed are dependent on the lots the bidder is applying for. A Bidder response template for these questions is provided.
Lefel(au) gofynnol y safonau sydd eu hangen:
There will be a total of four general questions and three technical specific workstream questions. Each question will be scored from 0 - 5, with the scoring matrix available in the published ITT.
LHC reserves the right to reject submissions that do not achieve at least 50% of the maximum possible weighted score for the technical questions.
If the bidder should score a 0 (zero) on any of the scored elements of the quality criteria, they shall be deemed not to have achieved a minimum acceptable quality standard.
III.2) Amodau sy’n gysylltiedig â’r contract
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
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: 4 years 6 months.
Phase 1 – Manufacturer Framework RS5M (This contract Notice)
Phase 2 – Contractor Framework RS5C
Based on the proposed method of procurement, a 4-year manufacturer framework would expire before the contractor framework, which would hinder the ability to call off from RS5 between December 2028 and June 2029. It is proposed to add 6 months to the length of this framework.
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:
2024/S 000-012006
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
25/10/2024
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: 9 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
25/10/2024
Amser lleol: 14:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
June 2029
VI.3) Gwybodaeth ychwanegol
LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (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 England, Wales and Scotland as defined by the Public Contracts Regulations 2015 as listed on:
https://www.cpconstruction.org.uk/who-we-work-with/
https://lse.lhcprocure.org.uk/who-we-work-with/
https://www.scottishprocurement.scot/who-we-work-with/
https://www.swpa.org.uk/who-we-work-with/
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.
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.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=141010.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=143844.
(WA Ref:143844)
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
10/09/2024