Award

Windows, Doorsets and Associated Products (workstreams T4-Timber, U10-PVC-U)

LHC ON BEHALF OF SCOTTISH PROCUREMENT ALLIANCE

This public procurement record has 2 releases in its history.

Award

31 Aug 2018 at 00:00

Tender

05 Apr 2018 at 00:00

Summary of the contracting process

The procurement process involves LHC acting on behalf of the Scottish Procurement Alliance, seeking tenders for "Windows, Doorsets and Associated Products" covering the goods sector across multiple UK regions. The process is currently in the award stage, having completed the tender phase with significant submissions received. The active contracts, valued at £48 million each for both Timber and PVC-U doors and windows, were signed on 1st August 2018. The procurement was conducted using an open procedure, allowing companies to participate without prior restrictions.

This tender presents considerable opportunities for businesses involved in the manufacturing and installation of window and doorset products, particularly those capable of meeting high standards for public sector projects. Both large enterprises and small to medium-sized enterprises (SMEs) would find suitable chances to compete, especially those who can demonstrate a strong capacity for quality and security in their offerings. The framework encourages bidders to apply for multiple workstreams, enabling streamlined participation in several regions simultaneously, thereby enhancing outreach and potential growth within public sector contracts.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Windows, Doorsets and Associated Products (workstreams T4-Timber, U10-PVC-U)

Notice Description

LHC as a not for profit public sector procurement organisation providing procurement services to Contracting Authorities throughout Scotland as described on SPA's Buyer Profile (www.scottishprocurement.scot/24)for the supply and installation of high quality windows and external doorsets suitable for use in public sector housing and non-housing buildings on a regionalised Lot basis depending on workstream. The framework is tendered initially under two workstreams; Timber windows and doorsets (WD1-T4) and PVC-U windows and doorsets (WD1-U10). Companies were encouraged to tender to service one or more workstreams in one or more Lots. SPA returns surplus Levy income to it's clients to support social value initiatives in the local communities they serve. Lots 1 to 7 for England/Wales are covered under separate Contract Award Notices.

Lot Information

South East England including London

All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.

Options: The arrangement will be based on four (4) years with a break clause for review after year two & three.

Central England

All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.

Options: The arrangement will be based on four (4) years with a break clause for review after year two & three.

Northern England

All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.

Options: The arrangement will be based on four (4) years with a break clause for review after year two & three.

South Wales

All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.

Options: The arrangement will be based on four (4) years with a break clause for review after year two & three.

Mid Wales

All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.

Options: The arrangement will be based on four (4) years with a break clause for review after year two & three.

North Wales

All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.

Options: The arrangement will be based on four (4) years with a break clause for review after year two & three.

Timber Windows, Doorsets and Associated Products

All interested companies were required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. Companies were encouraged to tender for one or more workstream and were not competitively disadvantaged either way when the bids were evaluated. However it is our hope that companies applying for multiple workstreams enjoyed a streamlined process. Companies tendering for a workstream not of their primary product were able to source suitable products from a declared third party supplier. Separate Contract Award Notices are published for Wales on behalf of the Welsh Procurement Alliance & England by LHC

Options: The arrangement will be based on four (4) years with a break clause for review after year two & three.

South West England

All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.

Options: The arrangement will be based on four (4) years with a break clause for review after year two & three.

PVC-U Windows, Doorsets and Associated Products

All interested companies were required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. Companies were encouraged to tender for one or more workstream and were not competitively disadvantaged either way when the bids were evaluated. However it is our hope that companies applying for multiple workstreams enjoyed a streamlined process. Companies tendering for a workstream not of their primary product were able to source suitable products from a declared third party supplier. Separate Contract Award Notices are published for Wales on behalf of the Welsh Procurement Alliance & Scotland on behalf of the Scottish Procurement Alliance

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000535591
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP329963
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work


CPV Codes

44220000 - Builders' joinery

44221000 - Windows, doors and related items

45421100 - Installation of doors and windows and related components

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£48,000,000 £10M-£100M

Notice Dates

Publication Date
31 Aug 20187 years ago
Submission Deadline
14 May 2018Expired
Future Notice Date
Not specified
Award Date
1 Aug 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active, Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LHC ON BEHALF OF SCOTTISH PROCUREMENT ALLIANCE
Contact Name
Not specified
Contact Email
jim.noble@lhc.gov.uk
Contact Phone
+44 1313060177

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
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales, TLM Scotland

Local Authority
West Lothian
Electoral Ward
Livingston North
Westminster Constituency
Livingston

Supplier Information

Number of Suppliers
9
Supplier Names

ANGLIAN BUILDING PRODUCTS

CCG (SCOTLAND

CMS WINDOW SYSTEMS

CR SMITH GLAZIERS (DUNFERMLINE

HERON JOINERY

SIDEY SOLUTIONS

SOVEREIGN GROUP

SPECIALIST BUILDING PRODUCTS

WALKER PROFILES

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR315937
    Windows, Doorsets and Associated Products - LHC as a not for profit public sector procurement organisation providing procurement services to Contracting Authorities throughout mainland UK is seeking a replacement framework for the currently successful TW3 & U9 agreements for the supply and installation of high quality windows and external doorsets suitable for use in public sector housing and non-housing buildings throughout England, Wales and Scotland on a regionalised Lot basis depending on workstream. The framework will be tendered under three contract notices: in England; in Scotland on behalf of the Scottish Procurement Alliance; and in Wales on behalf of the Welsh Procurement Alliance. The framework is initially to be tendered under two workstreams: Timber windows & doors (WD1-T4); and PVC-U windows & doors (WD1-U10)with Aluminium windows and doors (WD1-A7) and Entrance doorsets (WD1-C8) following at a later date. Companies are encouraged to bid to service one or more workstreams (T4 or U10) in one or more Lots.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP329963
    Windows, Doorsets and Associated Products (workstreams T4-Timber, U10-PVC-U) - LHC as a not for profit public sector procurement organisation providing procurement services to Contracting Authorities throughout Scotland as described on SPA's Buyer Profile (www.scottishprocurement.scot/24)for the supply and installation of high quality windows and external doorsets suitable for use in public sector housing and non-housing buildings on a regionalised Lot basis depending on workstream. The framework is tendered initially under two workstreams; Timber windows and doorsets (WD1-T4) and PVC-U windows and doorsets (WD1-U10). Companies were encouraged to tender to service one or more workstreams in one or more Lots. SPA returns surplus Levy income to it's clients to support social value initiatives in the local communities they serve. Lots 1 to 7 for England/Wales are covered under separate Contract Award Notices.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000535591-2018-08-31T00:00:00Z",
    "date": "2018-08-31T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000535591",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-65",
            "name": "LHC on behalf of Scottish Procurement Alliance",
            "identifier": {
                "legalName": "LHC on behalf of Scottish Procurement Alliance"
            },
            "address": {
                "streetAddress": "6 Deer Park, Fairways Business Park",
                "locality": "Livingston",
                "region": "UKM",
                "postalCode": "EH54 8AF"
            },
            "contactPoint": {
                "email": "jim.noble@lhc.gov.uk",
                "telephone": "+44 1313060177",
                "url": "https://procontract.due-north.com/Advert?advertId=c8dab881-cdc3-e711-80e6-005056b64545"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "public sector framework provider",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scottishprocurement.scot"
            }
        },
        {
            "id": "org-66",
            "name": "LHC",
            "identifier": {
                "legalName": "LHC"
            },
            "address": {
                "streetAddress": "Royal House, 2 -4 Vine Street",
                "locality": "Uxbridge",
                "postalCode": "UB8 1QE"
            },
            "contactPoint": {
                "email": "info@lhc.gov.uk",
                "telephone": "+44 1895274815",
                "url": "http://www.lhc.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-249",
            "name": "LHC on behalf of Scottish Procurement Alliance",
            "identifier": {
                "legalName": "LHC on behalf of Scottish Procurement Alliance"
            },
            "address": {
                "streetAddress": "6 Deer Park, Fairways Business Park",
                "locality": "Livingston",
                "region": "UKM",
                "postalCode": "EH54 8AF"
            },
            "contactPoint": {
                "email": "jim.noble@lhc.gov.uk",
                "telephone": "+44 1313060177",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "public sector framework provider",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scottishprocurement.scot"
            }
        },
        {
            "id": "org-250",
            "name": "Sidey Solutions Limited",
            "identifier": {
                "legalName": "Sidey Solutions Limited"
            },
            "address": {
                "streetAddress": "19-53 Feus Road",
                "locality": "Perth",
                "region": "UK",
                "postalCode": "PH1 2AX"
            },
            "contactPoint": {
                "telephone": "+44 1738587546"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-251",
            "name": "Sovereign Group Limited",
            "identifier": {
                "legalName": "Sovereign Group Limited"
            },
            "address": {
                "streetAddress": "Vale Street",
                "locality": "Nelson",
                "region": "UKD",
                "postalCode": "BB9 0TA"
            },
            "contactPoint": {
                "telephone": "+44 1282440440"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-252",
            "name": "CCG (Scotland) Ltd",
            "identifier": {
                "legalName": "CCG (Scotland) Ltd"
            },
            "address": {
                "streetAddress": "1 Cambuslang Road, Cambuslang Investment Park",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G73 3QH"
            },
            "contactPoint": {
                "telephone": "+44 1416433733"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-253",
            "name": "Heron Joinery",
            "identifier": {
                "legalName": "Heron Joinery"
            },
            "address": {
                "streetAddress": "2 St Patricks Strret, Taywood Enterprise Centre",
                "locality": "Draperstown",
                "region": "UKN0",
                "postalCode": "BT457AL"
            },
            "contactPoint": {
                "telephone": "+44 2879627277"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-254",
            "name": "Anglian Building Products",
            "identifier": {
                "legalName": "Anglian Building Products"
            },
            "address": {
                "streetAddress": "Unit 2, 45 Hurricane Way",
                "locality": "Norwich",
                "region": "UKH",
                "postalCode": "NR6 6JB"
            },
            "contactPoint": {
                "telephone": "+44 1603422043"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-255",
            "name": "CMS Window Systems",
            "identifier": {
                "legalName": "CMS Window Systems"
            },
            "address": {
                "streetAddress": "10 Caisteal Road, Castlecary",
                "locality": "Cumbernauld",
                "region": "UK",
                "postalCode": "G68 0FS"
            },
            "contactPoint": {
                "telephone": "+44 1324841398"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-256",
            "name": "CR Smith Glaziers (Dunfermline) Ltd.",
            "identifier": {
                "legalName": "CR Smith Glaziers (Dunfermline) Ltd."
            },
            "address": {
                "streetAddress": "Gardeners Street",
                "locality": "Dunfermline",
                "region": "UKM",
                "postalCode": "KY12 0RN"
            },
            "contactPoint": {
                "telephone": "+44 1383732181"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-257",
            "name": "Specialist Building Products Limited",
            "identifier": {
                "legalName": "Specialist Building Products Limited"
            },
            "address": {
                "streetAddress": "Units D1 - D4, Stafford Park 4",
                "locality": "Telford",
                "region": "UKG",
                "postalCode": "TF3 3BA"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-258",
            "name": "Walker Profiles Ltd",
            "identifier": {
                "legalName": "Walker Profiles Ltd"
            },
            "address": {
                "streetAddress": "35a Range Road",
                "locality": "Motherwell",
                "region": "UKM",
                "postalCode": "ML1 2HR"
            },
            "contactPoint": {
                "telephone": "+44 1698267052"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-259",
            "name": "LHC",
            "identifier": {
                "legalName": "LHC"
            },
            "address": {
                "streetAddress": "Royal House, 2 -4 Vine Street",
                "locality": "Uxbridge",
                "postalCode": "UB8 1QE"
            },
            "contactPoint": {
                "email": "info@lhc.gov.uk",
                "telephone": "+44 1895274815",
                "url": "http://www.lhc.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "LHC on behalf of Scottish Procurement Alliance",
        "id": "org-249"
    },
    "tender": {
        "id": "WD1",
        "title": "Windows, Doorsets and Associated Products (workstreams T4-Timber, U10-PVC-U)",
        "description": "LHC as a not for profit public sector procurement organisation providing procurement services to Contracting Authorities throughout Scotland as described on SPA's Buyer Profile (www.scottishprocurement.scot/24)for the supply and installation of high quality windows and external doorsets suitable for use in public sector housing and non-housing buildings on a regionalised Lot basis depending on workstream. The framework is tendered initially under two workstreams; Timber windows and doorsets (WD1-T4) and PVC-U windows and doorsets (WD1-U10). Companies were encouraged to tender to service one or more workstreams in one or more Lots. SPA returns surplus Levy income to it's clients to support social value initiatives in the local communities they serve. Lots 1 to 7 for England/Wales are covered under separate Contract Award Notices.",
        "status": "complete",
        "items": [
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "44221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various refurbishment or new build projects for public sector bodies within London and the South East England region"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "44221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various refurbishment or new build projects for public sector bodies within the Central England region"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKG"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "44221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various refurbishment or new build projects for public sector bodies within the Northern England region"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKE"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "44221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various refurbishment or new build projects for public sector bodies within the South Wales region"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "id": "44221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various refurbishment or new build projects for public sector bodies within the Mid Wales region"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "id": "44221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various refurbishment or new build projects for public sector bodies within the North Wales region"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "id": "44221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various refurbishment or new build projects for public sector bodies within the Scottish regions"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "8"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44221000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various refurbishment or new build projects for public sector bodies within the South West England region"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44221000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various refurbishment or new build projects for public sector bodies within the Scottish regions"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "9"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=c8dab881-cdc3-e711-80e6-005056b64545",
        "tenderPeriod": {
            "endDate": "2018-05-14T13:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-05-15T10:00:00Z"
        },
        "documents": [
            {
                "id": "APR315937",
                "documentType": "contractNotice",
                "title": "Windows, Doorsets and Associated Products",
                "description": "LHC as a not for profit public sector procurement organisation providing procurement services to Contracting Authorities throughout mainland UK is seeking a replacement framework for the currently successful TW3 & U9 agreements for the supply and installation of high quality windows and external doorsets suitable for use in public sector housing and non-housing buildings throughout England, Wales and Scotland on a regionalised Lot basis depending on workstream. The framework will be tendered under three contract notices: in England; in Scotland on behalf of the Scottish Procurement Alliance; and in Wales on behalf of the Welsh Procurement Alliance. The framework is initially to be tendered under two workstreams: Timber windows & doors (WD1-T4); and PVC-U windows & doors (WD1-U10)with Aluminium windows and doors (WD1-A7) and Entrance doorsets (WD1-C8) following at a later date. Companies are encouraged to bid to service one or more workstreams (T4 or U10) in one or more Lots.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR315937",
                "format": "text/html"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "SEP329963",
                "documentType": "awardNotice",
                "title": "Windows, Doorsets and Associated Products (workstreams T4-Timber, U10-PVC-U)",
                "description": "LHC as a not for profit public sector procurement organisation providing procurement services to Contracting Authorities throughout Scotland as described on SPA's Buyer Profile (www.scottishprocurement.scot/24)for the supply and installation of high quality windows and external doorsets suitable for use in public sector housing and non-housing buildings on a regionalised Lot basis depending on workstream. The framework is tendered initially under two workstreams; Timber windows and doorsets (WD1-T4) and PVC-U windows and doorsets (WD1-U10). Companies were encouraged to tender to service one or more workstreams in one or more Lots. SPA returns surplus Levy income to it's clients to support social value initiatives in the local communities they serve. Lots 1 to 7 for England/Wales are covered under separate Contract Award Notices.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP329963",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "2",
                "title": "South East England including London",
                "description": "All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.",
                "status": "active",
                "options": {
                    "description": "The arrangement will be based on four (4) years with a break clause for review after year two & three."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "3",
                "title": "Central England",
                "description": "All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.",
                "status": "active",
                "options": {
                    "description": "The arrangement will be based on four (4) years with a break clause for review after year two & three."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "4",
                "title": "Northern England",
                "description": "All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.",
                "status": "active",
                "options": {
                    "description": "The arrangement will be based on four (4) years with a break clause for review after year two & three."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "5",
                "title": "South Wales",
                "description": "All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.",
                "status": "active",
                "options": {
                    "description": "The arrangement will be based on four (4) years with a break clause for review after year two & three."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "6",
                "title": "Mid Wales",
                "description": "All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.",
                "status": "active",
                "options": {
                    "description": "The arrangement will be based on four (4) years with a break clause for review after year two & three."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "7",
                "title": "North Wales",
                "description": "All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.",
                "status": "active",
                "options": {
                    "description": "The arrangement will be based on four (4) years with a break clause for review after year two & three."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "8",
                "title": "Timber Windows, Doorsets and Associated Products",
                "description": "All interested companies were required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. Companies were encouraged to tender for one or more workstream and were not competitively disadvantaged either way when the bids were evaluated. However it is our hope that companies applying for multiple workstreams enjoyed a streamlined process. Companies tendering for a workstream not of their primary product were able to source suitable products from a declared third party supplier. Separate Contract Award Notices are published for Wales on behalf of the Welsh Procurement Alliance & England by LHC",
                "status": "complete",
                "options": {
                    "description": "The arrangement will be based on four (4) years with a break clause for review after year two & three."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60%"
                        },
                        {
                            "type": "price",
                            "description": "40%"
                        }
                    ]
                }
            },
            {
                "id": "1",
                "title": "South West England",
                "description": "All interested companies will be required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. It is our ultimate intention to tender all workstreams together. However in the first instance the workstreams will be tendered to synchronise with timings of existing related frameworks. Therefore the first two workstreams to be tendered will be WD1-T4 together with WD1-U10 with WD1-A7 and WD1-C8 following separately at a later date. Companies are encouraged to tender for one or more workstream and will not be competitively disadvantaged either way when the bids are evaluated. However it is our hope that companies applying for multiple workstreams should enjoy a streamlined process. Companies wishing to tender for a workstream not of their primary product will be able to source suitable products from a declared third party supplier.",
                "status": "active",
                "options": {
                    "description": "The arrangement will be based on four (4) years with a break clause for review after year two & three."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "9",
                "title": "PVC-U Windows, Doorsets and Associated Products",
                "description": "All interested companies were required to demonstrate capability in managing the design, supply, delivery and installation of window and doorset products that conform to minimum specified standards of manufacture, performance and security in connection with refurbishment or new-build public sector projects as set out in the tender documents. Companies were encouraged to tender for one or more workstream and were not competitively disadvantaged either way when the bids were evaluated. However it is our hope that companies applying for multiple workstreams enjoyed a streamlined process. Companies tendering for a workstream not of their primary product were able to source suitable products from a declared third party supplier. Separate Contract Award Notices are published for Wales on behalf of the Welsh Procurement Alliance & Scotland on behalf of the Scottish Procurement Alliance",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60%"
                        },
                        {
                            "type": "price",
                            "description": "40%"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2018-05-15T10:00:00Z",
            "address": {
                "streetAddress": "LHC. Royal House. 2-4 Vine Street, Uxbridge. UB8 1QE"
            },
            "description": "Electronic tenders will be released in accordance with current public sector procurement regulations"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "LHC uses the following ratios to evaluate each Tenderer's financial status: -- Turnover: this is calculated as double the typical value for projects called off this framework. If a company's turnover exceeds GBP350,000, then it passes this ratio; -- Profitability: this is calculated as profit after tax but before dividends and minority interests. If a company makes a profit, then it passes this ratio; and, -- Liquidity: this is calculated as current assets and work in progress, divided by current liabilities. If the answer is greater than one, then it passes this ratio. LHC may seek additional financial information from tenderers and or where applicable the Parent/Holding Company, and take this into consideration in the financial assessment. Further details are provided in the ITT Documentation."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "classification": {
            "id": "44220000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Community benefits are included in this procurement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The community benefit requirements will be set by clients on each individual call-off contract depending on the size and location of each contract. (SC Ref:555638)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000535591"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000535591"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "WD1-1",
            "title": "Timber Windows, Doorsets and Associated Products",
            "suppliers": [
                {
                    "id": "org-250",
                    "name": "Sidey Solutions Limited"
                },
                {
                    "id": "org-251",
                    "name": "Sovereign Group Limited"
                },
                {
                    "id": "org-252",
                    "name": "CCG (Scotland) Ltd"
                },
                {
                    "id": "org-253",
                    "name": "Heron Joinery"
                }
            ],
            "relatedLots": [
                "8"
            ]
        },
        {
            "id": "WD1-2",
            "title": "PVC-U Windows, Doorsets and Associated Products",
            "suppliers": [
                {
                    "id": "org-250",
                    "name": "Sidey Solutions Limited"
                },
                {
                    "id": "org-254",
                    "name": "Anglian Building Products"
                },
                {
                    "id": "org-255",
                    "name": "CMS Window Systems"
                },
                {
                    "id": "org-256",
                    "name": "CR Smith Glaziers (Dunfermline) Ltd."
                },
                {
                    "id": "org-257",
                    "name": "Specialist Building Products Limited"
                },
                {
                    "id": "org-258",
                    "name": "Walker Profiles Ltd"
                }
            ],
            "relatedLots": [
                "9"
            ]
        }
    ],
    "contracts": [
        {
            "id": "WD1-1",
            "awardID": "WD1-1",
            "title": "Timber Windows, Doorsets and Associated Products",
            "status": "active",
            "value": {
                "amount": 48000000,
                "currency": "GBP"
            },
            "dateSigned": "2018-08-01T00:00:00Z"
        },
        {
            "id": "WD1-2",
            "awardID": "WD1-2",
            "title": "PVC-U Windows, Doorsets and Associated Products",
            "status": "active",
            "value": {
                "amount": 48000000,
                "currency": "GBP"
            },
            "dateSigned": "2018-08-01T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 068-150465"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "693",
                "measure": "bids",
                "value": 11,
                "relatedLot": "8"
            },
            {
                "id": "694",
                "measure": "bids",
                "value": 9,
                "relatedLot": "9"
            }
        ]
    }
}