Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Works - 435806-2020

16/09/2020    S180

United Kingdom-Uxbridge: Installation of doors and windows and related components

2020/S 180-435806

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: LHC
Postal address: Royal House, 2-4 Vine Street
Town: Uxbridge
NUTS code: UK UNITED KINGDOM
Postal code: UB8 1QE
Country: United Kingdom
Contact person: Danesh Sharma
E-mail: danesh.sharma@lhc.gov.uk
Telephone: +44 1895274800
Internet address(es):
Main address: http://www.lhc.gov.uk
Address of the buyer profile: http://www.lhc.gov.uk/24
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: Public Sector Framework provider

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Supply and Installation of Communal Doors, Entrance Doors and Associated Products

Reference number: C8
II.1.2)Main CPV code
45421100 Installation of doors and windows and related components
II.1.3)Type of contract
Works
II.1.4)Short description:

This framework will cover the supply and installation of communal doors, entrance doors and associated products, including cyclical maintenance for multi occupancy residential buildings (low/medium/high rise) educational establishments, local government buildings and police/fire authority buildings.

II.1.5)Estimated total value
Value excluding VAT: 100 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Workstream 1: Composite Doors

Lot No: 1
II.2.2)Additional CPV code(s)
44221211 Door frames
44221200 Doors
45421131 Installation of doors
45421111 Installation of door frames
44221210 Door blanks
44221230 Sliding doors
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
NUTS code: UKH EAST OF ENGLAND
NUTS code: UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
NUTS code: UKK2 Dorset and Somerset
NUTS code: UKK3 Cornwall and Isles of Scilly
NUTS code: UKK4 Devon
NUTS code: UKF EAST MIDLANDS (ENGLAND)
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKD NORTH WEST (ENGLAND)
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Main site or place of performance:

This lot will be broken down into multiple regional areas throughout England which bidders can apply for. Full details will be provided in the invitation to tender (ITT) document.

II.2.4)Description of the procurement:

This lot covers composite doors manufactured from mixed materials, as an example- solid timber core and GRP/steel frame. The door sets should be certified to secure by design and/or PAS 24 or LPS1175 as appropriate.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Workstream 2: Composite Fire Doors

Lot No: 2
II.2.2)Additional CPV code(s)
44221211 Door frames
44221200 Doors
45421131 Installation of doors
45421111 Installation of door frames
44221210 Door blanks
44221220 Fire doors
44221230 Sliding doors
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
NUTS code: UKH EAST OF ENGLAND
NUTS code: UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
NUTS code: UKK2 Dorset and Somerset
NUTS code: UKK3 Cornwall and Isles of Scilly
NUTS code: UKK4 Devon
NUTS code: UKF EAST MIDLANDS (ENGLAND)
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKD NORTH WEST (ENGLAND)
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Main site or place of performance:

This lot will be broken down into multiple regional areas throughout England which bidders can apply for. Full details will be provided in the invitation to tender (ITT) document.

II.2.4)Description of the procurement:

As per the composite door workstream but with additional third party (independent) fire certification to either FD30 or FD60 standards which is awarded to the whole doorset – this includes all furniture and frame.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Workstream 3: Timber Doors

Lot No: 3
II.2.2)Additional CPV code(s)
44221211 Door frames
44221200 Doors
45421131 Installation of doors
45421111 Installation of door frames
44221210 Door blanks
44221230 Sliding doors
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
NUTS code: UKH EAST OF ENGLAND
NUTS code: UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
NUTS code: UKK2 Dorset and Somerset
NUTS code: UKK3 Cornwall and Isles of Scilly
NUTS code: UKK4 Devon
NUTS code: UKF EAST MIDLANDS (ENGLAND)
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKD NORTH WEST (ENGLAND)
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Main site or place of performance:

This lot will be broken down into multiple regional areas throughout England which bidders can apply for. Full details will be provided in the invitation to tender (ITT) document.

II.2.4)Description of the procurement:

This workstream covers timber manufactured door sets such as solid hardwood, engineered wood and softwoods such as pine or larch. The door sets should be certified to secure by design and/or PAS 24 or LPS1175 as appropriate.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Workstream 4: Timber Fire Doors

Lot No: 4
II.2.2)Additional CPV code(s)
44221211 Door frames
44221200 Doors
45421131 Installation of doors
45421111 Installation of door frames
44221210 Door blanks
44221230 Sliding doors
44221220 Fire doors
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
NUTS code: UKH EAST OF ENGLAND
NUTS code: UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
NUTS code: UKK2 Dorset and Somerset
NUTS code: UKK3 Cornwall and Isles of Scilly
NUTS code: UKK4 Devon
NUTS code: UKF EAST MIDLANDS (ENGLAND)
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKD NORTH WEST (ENGLAND)
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Main site or place of performance:

This lot will be broken down into multiple regional areas throughout England which bidders can apply for. Full details will be provided in the invitation to tender (ITT) document.

II.2.4)Description of the procurement:

As per the timber door workstream but with additional third party (independent) fire certification to either FD30 or FD60 standards which is awarded to the whole doorset — this includes all furniture and frame.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Workstream 5: Communal Entrance and Exit Doors

Lot No: 5
II.2.2)Additional CPV code(s)
44221211 Door frames
44221200 Doors
45421131 Installation of doors
45421111 Installation of door frames
44221210 Door blanks
44221230 Sliding doors
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
NUTS code: UKH EAST OF ENGLAND
NUTS code: UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
NUTS code: UKK2 Dorset and Somerset
NUTS code: UKK3 Cornwall and Isles of Scilly
NUTS code: UKK4 Devon
NUTS code: UKF EAST MIDLANDS (ENGLAND)
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKD NORTH WEST (ENGLAND)
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Main site or place of performance:

This lot will be broken down into multiple regional areas throughout England which bidders can apply for. Full details will be provided in the invitation to tender (ITT) document.

II.2.4)Description of the procurement:

This lot generally covers steel and aluminium based products that provide a secure communal entrance way to a multi occupied premises. Timber doors can be offered to suit specialist applications, such as for listed properties but these must be as an addition to the steel/aluminium products, as they are not required to be priced in the tender documentation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Workstream 6: Access Controls installation

Lot No: 6
II.2.2)Additional CPV code(s)
42961100 Access control system
45421131 Installation of doors
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
NUTS code: UKH EAST OF ENGLAND
NUTS code: UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
NUTS code: UKK2 Dorset and Somerset
NUTS code: UKK3 Cornwall and Isles of Scilly
NUTS code: UKK4 Devon
NUTS code: UKF EAST MIDLANDS (ENGLAND)
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKD NORTH WEST (ENGLAND)
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Main site or place of performance:

This lot will be broken down into multiple regional areas throughout England which bidders can apply for. Full details will be provided in the invitation to tender (ITT) document.

II.2.4)Description of the procurement:

This workstream covers the associated entrance access controls on communal door systems. Access systems may be duplex voice only or voice and one way video.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Workstream 7: All materials and Fire Doors (Super Lot)

Lot No: 7
II.2.2)Additional CPV code(s)
44221211 Door frames
44221200 Doors
45421131 Installation of doors
45421111 Installation of door frames
44221210 Door blanks
44221230 Sliding doors
44221220 Fire doors
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
NUTS code: UKH EAST OF ENGLAND
NUTS code: UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
NUTS code: UKK2 Dorset and Somerset
NUTS code: UKK3 Cornwall and Isles of Scilly
NUTS code: UKK4 Devon
NUTS code: UKF EAST MIDLANDS (ENGLAND)
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKD NORTH WEST (ENGLAND)
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Main site or place of performance:

This lot will be broken down into multiple regional areas throughout England which bidders can apply for. Full details will be provided in the invitation to tender (ITT) document.

II.2.4)Description of the procurement:

Any bidder who can supply communal products under WS5 along with at least one product from WS1-4 is eligible to be entered in the super lot. The superlot is designed for use where:

• a client does not receive a suitable number of responses (either at expression of interest stage or tender stage) having advertised their opportunity through the appropriate lot and regional area within workstream 1 to 5;

• where there are insufficient appointed companies in the relevant lot and regional area to run the client’s preferred call-off procedure.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

As stated in the procurement documents.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 078-185442
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 27/10/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 27/10/2020
Local time: 14:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

LHC is a joint committee of local authorities acting as a Central Purchasing Body on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Welsh Procurement Alliance, Scottish 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 and as listed on www.lhc.gov.uk/24 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.

A direct link to the specific tender page for this procurement within LHCs eTendering portal is as follows: https://procontract.due-north.com/Advert?advertId=fd3e6211-097f-ea11-80ff-005056b64545&p=8b355dc0-f604-e711-80dd-005056b64545

VI.4)Procedures for review
VI.4.1)Review body
Official name: Public Procurement Review Service, Cabinet Office, Rosebery Court, Central Avenue, St Andrews Business Park
Postal address: Roseberry Court, Central Avenue, St Andrews Business Park
Town: Norwich
Postal code: NR7 0HS
Country: United Kingdom
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address: http://www.lhc.gov.uk
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Public Procurement Review Service, Cabinet Office, Rosebery Court, Central Avenue, St Andrews Business Park
Postal address: Roseberry Court, Central Avenue, St Andrews Business Park
Town: Norwich
Postal code: NR7 0HS
Country: United Kingdom
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address: http://www.lhc.gov.uk
VI.5)Date of dispatch of this notice:
11/09/2020