º£½ÇÉçÇøapp

Construction Tenders

Thu September 19 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 3

Status Active

Published 10th Sep 2024

Tender Details
Referenceocds-h6vhtk-0451e2
Common Procurement VocabularyRoofing materials
Procurement MethodOpen procedure
Value£1,000,000
« Previous Page

No location provided

Category Goods

Type

No. of Lots 3

Status Active

Published 10th Sep 2024

Tender Details
Referenceocds-h6vhtk-0451e2
Common Procurement VocabularyRoofing materials
Procurement MethodOpen procedure
Value£1,000,000

Section I: Contracting authority

I.1) Name and addresses

LHC Procurement Group for the Welsh Procurement Alliance (WPA)

Tredomen Park

Ystrad Mynach

CF82 7FQ

Email

procurement [at] lhcprocure.org.uk

Telephone

+44 1895274800

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

14601330

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

Public Sector Framework Provider


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Roofing Systems

Reference number

RS5M

II.1.2) Main CPV code

  • 44112500 - Roofing materials

II.1.3) Type of contract

Supplies

II.1.4) Short description

THE RS5M FRAMEWORK IS ADVERTISED FOR ROOFING MANUFACTURERS.

This opportunity has been listed on behalf of LHC Procurement Group and our regional businesses:

Welsh Procurement Alliance (WPA)

The new Roofing Systems Framework (RS5M) will be the successor to LHC's current and successful roofing agreement (RS4) which is due to expire in May 2025.

This framework will be utilised to provide an efficient, value for money procurement route for local authorities, social landlords and other public sector bodies for the supply and delivery of roofing systems and associated products in all types of public sector refurbishment and new build projects; including:

- Multi occupancy residential buildings (low/medium/high rise)

- Schools

- Colleges

- Universities

- Public offices

- NHS buildings

- Blue Light buildings

- Other public buildings

II.1.5) Estimated total value

Value excluding VAT: £1,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Traditional Flat Roofing

Lot No

1

II.2.2) Additional CPV code(s)

  • 44112500 - Roofing materials

II.2.3) Place of performance

NUTS codes
  • UKL - Wales

II.2.4) Description of the procurement

Workstream 1 focuses on traditional flat roofing manufacturers. It involves conducting a full condition survey for waterproofing, condensation, structural integrity, and drainage. A detailed design is to be carried out through a thorough inspection, which considers all necessary thermal, condensation, and wind uplift calculations. The process includes providing a specification of works prepared by a manufacturer. Technical support and advice services are offered to clients both before and after the works, including Planned Preventative Maintenance (PPM). Post-works inspections are included as needed to ensure compliance and to issue material warranties.

The roofing products available include bituminous built-up roofing systems (both torch-free and torch-on), single-ply systems (mechanical and adhered), and extensive and intensive green roof systems. Additionally, associated roofing products such as rooflights, insulation, bonding spray, and cover strips are included.

II.2.5) Award criteria

Quality criterion - Name: General Technical Question / Weighting: 40%

Quality criterion - Name: Lot Specific Technical Questions / Weighting: 30%

Price - Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 December 2024

End date

2 June 2029

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to six (6) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

II.2) Description

II.2.1) Title

Liquid Flat Roofing

Lot No

2

II.2.2) Additional CPV code(s)

  • 44112500 - Roofing materials

II.2.3) Place of performance

NUTS codes
  • UKL - Wales

II.2.4) Description of the procurement

Workstream 2 involves conducting a full condition survey for waterproofing, condensation, structural integrity, and drainage. A detailed design is carried out through a thorough inspection, which considers all necessary thermal, condensation, and wind uplift calculations. The process includes providing a specification of works prepared by a manufacturer. Technical support and advice services are offered to clients both before and after the works, including Planned Preventative Maintenance (PPM). Post-works inspections are included as needed to ensure compliance and to issue material warranties.

The roofing products involved include cold-applied liquid waterproofing membranes, Glass Reinforced Plastic (GRP) systems, green roof systems (both extensive and intensive), and liquid-applied membranes. Additionally, associated roofing products such as rooflights, insulation, and adhesives are included.

II.2.5) Award criteria

Quality criterion - Name: General Technical Question / Weighting: 40%

Quality criterion - Name: Lot Specific Technical Questions / Weighting: 30%

Price - Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 December 2024

End date

2 June 2029

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to six (6) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

II.2) Description

II.2.1) Title

Profiled Metal Roofing

Lot No

3

II.2.2) Additional CPV code(s)

  • 44112500 - Roofing materials

II.2.3) Place of performance

NUTS codes
  • UKL - Wales

II.2.4) Description of the procurement

Workstream 3 includes the design and supply of metallic-based roofing systems, such as tile or sheet-type profiled systems. Additionally, it encompasses associated products, including flashings, fascia, soffit, weathering, and rainwater items. If the client requires, a flat roofing maintenance schedule can be provided.

II.2.5) Award criteria

Quality criterion - Name: General Technical Question / Weighting: 40%

Quality criterion - Name: Lot Specific Technical Questions / Weighting: 30%

Price - Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 December 2024

End date

2 June 2029

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to six (6) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Bidders will be required to demonstrate they have the appropriate competencies and hold specific qualifications and/or accreditations as appropriate for the scope of services expected to be delivered through each workstream.

Please refer to the RS5M ITT for further information regarding associated requirements.

III.1.2) Economic and financial standing

List 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. Should any financial risk or low score be flagged within the Creditsafe information, LHC may also review independent reports from other credit referencing agencies such as Equifax, Dunn & Bradstreet and Baker Tilly to help inform our assessment.

2) Annual Turnover - Bidders will be assessed based on their average annual turnover for the past 3 years by comparison to the minimum turnover requirements set out in the contract notice and/or tender document documents for the lot/s they have applied for.

3) Profitability, Stability and Liquidity Assessment – Bidders will be assessed on their financial stability based on a range of financial information obtained from the Bidders annual accounts.

Minimum level(s) of standards possibly required

The minimum turnover for all workstreams is set 1,000,000GBP per annum

III.1.3) Technical and professional ability

List and brief description of selection criteria

General Technical Questions – These are general quality questions that LHCPG consider to be equally applicable to all workstreams. Irrespective of the number of lots the Bidder is applying for they will only need to complete this once, and the scores provided by LHC following our assessment will be applied consistently for all lots the Bidder applies for. A Bidder response template for these questions is provided.

Workstream Specific Technical Questions - The template/s required to be completed are dependent on the lots the bidder is applying for. A Bidder response template for these questions is provided.

Minimum level(s) of standards possibly required

There will be a total of four general questions and three technical specific workstream questions. Each question will be scored from 0 - 5, with the scoring matrix available in the published ITT.

LHC reserves the right to reject submissions that do not achieve at least 50% of the maximum possible weighted score for the technical questions.

If the bidder should score a 0 (zero) on any of the scored elements of the quality criteria, they shall be deemed not to have achieved a minimum acceptable quality standard.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 6

In the case of framework agreements, provide justification for any duration exceeding 4 years:

4 years 6 months.Phase 1 – Manufacturer Framework RS5M (This contract Notice)Phase 2 – Contractor Framework RS5CBased on the proposed method of procurement, a 4-year manufacturer framework would expire before the contractor framework, which would hinder the ability to call off from RS5 between December 2028 and June 2029. It is proposed to add 6 months to the length of this framework.

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-012006

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

25 October 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

25 October 2024

Local time

2:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: June 2029

VI.3) Additional information

LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Scottish Procurement Alliance, Welsh Procurement Alliance, and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework. As of the date of publication of this notice our frameworks may be used by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 as listed on:

including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm's length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.

LHC clients may add community benefit requirements in their call-off contracts from this Framework including but not limited to:

- to generate employment and training opportunities for priority groups;

- vocational training;

- to up-skill the existing workforce;

- equality and diversity initiatives;

- to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;

- supply-chain development activity;

- to build capacity in community organisations;

- educational support initiatives.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at .

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at .

(WA Ref:143844)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom