Aluminium Windows & Doors (Ангилья - Тендер #47706752) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 47706752 Дата публикации: 02-11-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
LHC for the Welsh Procurement Alliance (WPA)
Tredomen Park
Ystrad Mynach
CF82 7FQ
UK
Contact person: Procurement
Telephone: +44 1895274800
E-mail: procurement@lhcprocure.org.uk
NUTS: UK
Internet address(es)
Main address: https://www.welshprocurement.cymru/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405
I.2) Joint procurementThe contract is awarded by a central purchasing body
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/17
Body governed by public law
I.5) Main activityOther: Public sector framework provider
Section II: Object II.1) Scope of the procurement II.1.1) TitleAluminium Windows & Doors
Reference number: A8
II.1.2) Main CPV code45421100
II.1.3) Type of contractWorks
II.1.4) Short descriptionThis 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) Estimated total valueValue excluding VAT: 20 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)45421100
45421110
44221000
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThe 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) Award criteriaCriteria below:
Quality criterion: Regional Capability Questions / Weighting: 15%
Quality criterion: Technical Capability Questions / Weighting: 40%
Quality criterion: Factory Assessment / Weighting: 15%
Price / Weighting: 30%
II.2.6) Estimated valueValue excluding VAT: 20 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
A posibility for a one year extension if required.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC 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: 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 registersList and brief description of conditions:
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) Economic and financial standingList and brief description of selection criteria:
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.
Minimum level(s) of standards required:
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) Technical and professional abilityList and brief description of selection criteria:
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.
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: Procedure IV.1) Description IV.1.1) Type of procedureOpen procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about 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 procedureNotice number in the OJ S:
2023/S 000-026966
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 15/12/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 15/12/2023
Local time: 12:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.3) Additional informationLHC 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) Procedures for review VI.4.1) Review bodyHigh Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice02/11/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | procurement@lhcprocure.org.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 45421110 | Installation of door and window frames | Joinery work |
| 45421100 | Installation of doors and windows and related components | Joinery work |
| 44221000 | Windows, doors and related items | Builders joinery |
| ID | Description |
|---|---|
| 1017 | Bridgend and Neath Port Talbot |
| 1022 | Cardiff and Vale of Glamorgan |
| 1015 | Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf) |
| 1013 | Conwy and Denbighshire |
| 1020 | East Wales |
| 1023 | Flintshire and Wrexham |
| 1016 | Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly) |
| 1012 | Gwynedd |
| 1011 | Isle of Anglesey |
| 1021 | Monmouthshire and Newport |
| 1024 | Powys |
| 1014 | South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion) |
| 1018 | Swansea |
| 100 | UK - All |
| 1000 | WALES |
| 1010 | West Wales and The Valleys |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |