Notice Information
Notice Title
Fire doors (including communal doors, entrance doors, and associated products)
Notice Description
LHC Procurement Group are seeking suitable suppliers for the FD9 - Fire Doors framework. This framework is the successor to our current C8 Communal Doors framework and has been retitled to better reflect its content. This framework is designed for the installation, renewal, and associated works for a wide range of fire doorsets across LHCPG clients domestic, commercial, and mixed use premises. The scope covers various materials, including timber, composite, and steel, along with access control provision, ensuring flexibility to meet different project requirements. For timber and composite door products only, this framework includes the installation of fully certified and bi-directionally tested fire-resisting door sets to meet current and future fire safety standards. The scope may also extend to other building openings, and non-fire-rated doors, provided these elements do not form the majority of the works and are not the core focus of the works. The scope of this framework may include, but is not limited to: - Doors - Flat entrance doors - Street doors - Communal doors - Main entrance doors - Internal doors and screens - Specialist doors, including pivot doors, cell doors, and security grilles (primarily under steel applications) - Fire-resisting door sets (timber, composite, and steel materials) - Enhanced security doors (PAS 24/LPS1175-[SBD]) This framework covers both internal and external applications, domestic and nondomestic, with provisions for specialist works where additional expertise is required, such as access control systems, security-rated products, and bespoke glazing solutions. Additionally, the framework encompasses all necessary associated works to ensure a complete and compliant installation, including: - Locks, glazing, hinges, and ironmongery - Joinery and framing works - Making good and associated works following installations as required as necessary to achieve a compliant, durable, and aesthetically suitable finish
Lot Information
Composite Fire Doors
Covers the supply and installation of third party certified (bi-directional fire tested assemblies) to either FD30 or FD60 standards which is awarded to the whole doorset including furniture and frame and covers composite doors of mixed material construction such as timber core, GRP or reinforced galvanised steel with associated frames, It also has a provision for maintenance options.
Composite DoorsCovers the supply and installation of composite doors of mixed material construction such as timber core, GRP or reinforced galvanised steel with associated frames and providing enhanced security. It also has a provision for maintenance options.
Timber DoorsCovers the supply and installation of all doorsets products in solid wood, hardwood and engineered wood with associated frames providing enhanced security. It also has a provision for maintenance options.
Timber Fire DoorsCovers the supply and installation of third party certified (bi-directional fire tested assemblies) to either FD30 or FD60 standards which is awarded to the whole doorset including furniture and frame and comprising products generally in solid wood, hardwood and engineered wood with associated frames, It also has a provision for maintenance options.
Metallic DoorsCovers the supply and installation of all metallic (predominately steel manufactured doors), shutters and grilles. It extends to the provision of steel fire doors and specialist doors, and optional aluminium although aluminium is predominately on A8. It also has a provision for maintenance options. Note for evaluation comparisons only steel elements are mandatory.
Access Control SystemsCovers the supply and installation of remote door access control systems and installations in connection generally with communal entrance and exit door installations. Access systems may be duplex voice only or voice and one-way video. This lot is to include the scope for the supplier to offer a post installation maintenance service. It also has a provision for maintenance options.
Repairs and MaintenanceTypical door repairs and maintenance tasks include the replacement of hinges, handles, locks, or door closers, along with the adjustment of door alignment or closing mechanisms to ensure smooth and secure operation. Damaged door panels or glazing may be replaced as needed, while emergency response services can cover boarding up or lock changes following incidents such as vandalism or forced entry. Annual fire door inspections are crucial for compliance, with remedial works carried out to address any issues identified. Maintenance may also involve the servicing of automatic or powered systems, testing of panic bars and emergency exit mechanisms, and applying weatherproofing or draught-proofing measures to maintain energy efficiency and protect building interiors.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05d6a8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/070600-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
44221000 - Windows, doors and related items
45421100 - Installation of doors and windows and related components
Notice Value(s)
- Tender Value
- £100,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Nov 20251 months ago
- Submission Deadline
- 28 Nov 2025Expired
- Future Notice Date
- 3 Nov 2025Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LHC PROCUREMENT GROUP FOR THE SCOTTISH PROCUREMENT ALLIANCE (SPA)
- Contact Name
- Not specified
- Contact Email
- procurement@lhcprocure.org.uk
- Contact Phone
- +44 1506894395
Buyer Location
- Locality
- LIVINGSTON
- Postcode
- EH54 8AF
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM14 West Lothian
- Delivery Location
- TLM Scotland
-
- Local Authority
- West Lothian
- Electoral Ward
- Livingston North
- Westminster Constituency
- Livingston
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05d6a8-2025-11-03T16:32:06Z",
"date": "2025-11-03T16:32:06Z",
"ocid": "ocds-h6vhtk-05d6a8",
"description": "HC Procurement Group Limited (LHCPG) is a not-for-profit Central Purchasing Body acting on behalf of contracting authorities across England, Wales and Scotland. A list of contracting authorities eligible to use LHC frameworks is available via the following links: https://www.northernprocurement.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/ Registration and Further Information To register interest in this framework and access tender documents, please visit: https://in-tendhost.co.uk/lhc/aspx/ProjectManage/0102 Maximum percentage fee charged to suppliers 5% Further information about fees LHC Procurement Group is a not-for-profit framework provider that delivers compliant, value-driven public sector procurement solutions. The Group operates on a cost-recovery basis, with all surplus income reinvested into community benefit programmes, innovation, and public sector support initiatives across the UK. Under this Framework, a levy (the \"Framework Fee\") will be payable by Appointed Companies (suppliers) on the award of each call-off contract. The levy contributes to the operational costs of managing, administering, and developing the Framework and associated public benefit activities. The levy will be a maximum of five percent (5%) of the estimated value of each call-off contract awarded under the Framework. The precise application of the levy and related provisions are set out in the Invitation to Tender documents, Call-Off Documents, and the Framework Agreement. No other access, management, or participation fees are charged by LHC Procurement Group. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=814647. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, and are awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: A summary of the expected community benefits has been provided as follows: LHC clients may include community benefit requirements within their call-off contracts under this framework. These may include, but are not limited to: Creating employment and training opportunities for priority groups. Supporting vocational training and workforce upskilling. Promoting equality, diversity, and inclusion initiatives. Creating sub-contracting opportunities for SMEs, the third sector, and supported businesses. Developing and strengthening supply chains.Building capacity within community organisations. Supporting education and social value initiatives. The Contractor shall ensure that all subcontracts or supplier arrangements established after the commencement of this framework are awarded following a fair, open, transparent, and competitive process proportionate to the value and nature of the opportunity. (SC Ref:814647)",
"initiationType": "tender",
"tender": {
"id": "FD9",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Fire doors (including communal doors, entrance doors, and associated products)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
"mainProcurementCategory": "works",
"description": "LHC Procurement Group are seeking suitable suppliers for the FD9 - Fire Doors framework. This framework is the successor to our current C8 Communal Doors framework and has been retitled to better reflect its content. This framework is designed for the installation, renewal, and associated works for a wide range of fire doorsets across LHCPG clients domestic, commercial, and mixed use premises. The scope covers various materials, including timber, composite, and steel, along with access control provision, ensuring flexibility to meet different project requirements. For timber and composite door products only, this framework includes the installation of fully certified and bi-directionally tested fire-resisting door sets to meet current and future fire safety standards. The scope may also extend to other building openings, and non-fire-rated doors, provided these elements do not form the majority of the works and are not the core focus of the works. The scope of this framework may include, but is not limited to: - Doors - Flat entrance doors - Street doors - Communal doors - Main entrance doors - Internal doors and screens - Specialist doors, including pivot doors, cell doors, and security grilles (primarily under steel applications) - Fire-resisting door sets (timber, composite, and steel materials) - Enhanced security doors (PAS 24/LPS1175-[SBD]) This framework covers both internal and external applications, domestic and nondomestic, with provisions for specialist works where additional expertise is required, such as access control systems, security-rated products, and bespoke glazing solutions. Additionally, the framework encompasses all necessary associated works to ensure a complete and compliant installation, including: - Locks, glazing, hinges, and ironmongery - Joinery and framing works - Making good and associated works following installations as required as necessary to achieve a compliant, durable, and aesthetically suitable finish",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"lots": [
{
"id": "2",
"title": "Composite Fire Doors",
"description": "Covers the supply and installation of third party certified (bi-directional fire tested assemblies) to either FD30 or FD60 standards which is awarded to the whole doorset including furniture and frame and covers composite doors of mixed material construction such as timber core, GRP or reinforced galvanised steel with associated frames, It also has a provision for maintenance options.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Technical capability",
"type": "quality",
"description": "25"
},
{
"name": "Regional Capability",
"type": "quality",
"description": "15"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Factory/production inspection",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "1",
"title": "Composite Doors",
"description": "Covers the supply and installation of composite doors of mixed material construction such as timber core, GRP or reinforced galvanised steel with associated frames and providing enhanced security. It also has a provision for maintenance options.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Technical capability",
"type": "quality",
"description": "25"
},
{
"name": "Regional capability",
"type": "quality",
"description": "15"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Factory/production inspection",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "3",
"title": "Timber Doors",
"description": "Covers the supply and installation of all doorsets products in solid wood, hardwood and engineered wood with associated frames providing enhanced security. It also has a provision for maintenance options.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Technical capability",
"type": "quality",
"description": "25"
},
{
"name": "Regional Capability",
"type": "quality",
"description": "15"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Factory/production inspection",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "4",
"title": "Timber Fire Doors",
"description": "Covers the supply and installation of third party certified (bi-directional fire tested assemblies) to either FD30 or FD60 standards which is awarded to the whole doorset including furniture and frame and comprising products generally in solid wood, hardwood and engineered wood with associated frames, It also has a provision for maintenance options.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Technical capability",
"type": "quality",
"description": "25"
},
{
"name": "Regional Capability",
"type": "quality",
"description": "15"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Factory/production inspection",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "5",
"title": "Metallic Doors",
"description": "Covers the supply and installation of all metallic (predominately steel manufactured doors), shutters and grilles. It extends to the provision of steel fire doors and specialist doors, and optional aluminium although aluminium is predominately on A8. It also has a provision for maintenance options. Note for evaluation comparisons only steel elements are mandatory.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Technical capability",
"type": "quality",
"description": "25"
},
{
"name": "Regional Capability",
"type": "quality",
"description": "15"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Factory/production inspection",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "6",
"title": "Access Control Systems",
"description": "Covers the supply and installation of remote door access control systems and installations in connection generally with communal entrance and exit door installations. Access systems may be duplex voice only or voice and one-way video. This lot is to include the scope for the supplier to offer a post installation maintenance service. It also has a provision for maintenance options.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Technical capability",
"type": "quality",
"description": "25"
},
{
"name": "Regional Capability",
"type": "quality",
"description": "15"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Factory/production inspection",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "7",
"title": "Repairs and Maintenance",
"description": "Typical door repairs and maintenance tasks include the replacement of hinges, handles, locks, or door closers, along with the adjustment of door alignment or closing mechanisms to ensure smooth and secure operation. Damaged door panels or glazing may be replaced as needed, while emergency response services can cover boarding up or lock changes following incidents such as vandalism or forced entry. Annual fire door inspections are crucial for compliance, with remedial works carried out to address any issues identified. Maintenance may also involve the servicing of automatic or powered systems, testing of panic bars and emergency exit mechanisms, and applying weatherproofing or draught-proofing measures to maintain energy efficiency and protect building interiors.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Technical capability",
"type": "quality",
"description": "25"
},
{
"name": "Regional Capability",
"type": "quality",
"description": "15"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Factory/production inspection",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "7"
}
],
"communication": {
"futureNoticeDate": "2025-11-03T00:00:00Z",
"atypicalToolUrl": "https://in-tendhost.co.uk/lhc/aspx/ProjectManage/102"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/lhc/aspx/ProjectManage/102",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Please see associated tender documents available at the following link: https://in-tendhost.co.uk/lhc/aspx/ProjectManage/102",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2025-11-28T12:00:00Z"
},
"secondStage": {
"invitationDate": "2025-12-22T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2026-04-30T23:59:59+01:00"
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-93117",
"name": "LHC Procurement Group for the Scottish Procurement Alliance (SPA)",
"identifier": {
"legalName": "LHC Procurement Group for the Scottish Procurement Alliance (SPA)"
},
"address": {
"streetAddress": "6 Deer Park Avenue",
"locality": "Livingston",
"region": "UKM",
"postalCode": "EH54 8AF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1506894395",
"email": "procurement@lhcprocure.org.uk",
"url": "https://in-tendhost.co.uk/lhc/aspx/ProjectManage/102"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scottishprocurement.scot",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16123",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Public Sector Framework Provider"
}
]
}
},
{
"id": "GB-FTS-15404",
"name": "Livingston Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Livingston Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "West Lothian Civic Centre, Howden South Road",
"locality": "Livingston",
"postalCode": "EH54 6FF",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-93117",
"name": "LHC Procurement Group for the Scottish Procurement Alliance (SPA)"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000814266"
}
],
"language": "en"
}