View Notice

The buyer is not using this website to administer the notice. To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Add notice to my Public Contracts Scotland Interest List

Notice Details

Title: Asset Safety and Compliance Framework
Reference No: JAN469896
OCID: ocds-r6ebe6-0000704841
Published by: LHC Procurement Group for the Scottish Procurement Alliance (SPA)
Publication Date: 30/01/2023
Deadline Date: 23/03/2023
Deadline Time: 12:00
Notice Type: 02 Contract Notice
Has Documents: No
Has ESPD: No
Abstract: This opportunity has been listed by LHC on behalf of the Scottish Procurement Alliance and our other regional entities:
Consortium Procurement Construction (CPC)
LHC London and South East (LSE)
South-West Procurement Alliance (SWPA)
Welsh Procurement Alliance (WPA)
LHC/SPA is seeking suitable organisations for our Asset Safety & Compliance Services framework (ASC1). ASC1 will provide LHC/SPA partners with access to a range of asset safety consultancy, testing/inspection, servicing, and maintenance services to ensure the safety of their properties and comply with their landlord obligations. This new framework will replace our existing asbestos and vacant property protection framework agreements, and extend the scope to additional safety and compliance services. The ASC1 framework will consist of the following lots which interested parties can apply for.
Lot 1a - Asbestos Consultancy
Lot 1b - Asbestos Surveys and Testing
Lot 1c - Asbestos Removals and Remedial
Lot 2a – Property Protection and Associated Services
Lot 3a - Water Hygiene Testing and Consultancy
Lot 3b - Water System Maintenance, Remedials and Associated Services
Lot 4a - Gas Heating Systems Inspection, Servicing & Remedial (Domestic)
Lot 4b - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)
Lot 4c - Ventilation Systems Inspection, Servicing and Maintenance
Lot 4d - HVAC (Air Conditioning) Servicing and Maintenance
Lot 5a - Fixed Wire Testing (EICR) and Remedials
Lot 5b - Portable Appliance Testing
Within each lot there will be a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.
To express an interest in the project and access the tender documents, organisations will need to register via our eTendering portal using the link as follows:
https://in-tendhost.co.uk/lhc/aspx/Home
CPV: 71315000, 42500000, 42520000, 45331000, 45331200, 45331210, 71315410, 71321400, 39717000, 39717200, 42512000, 45331000, 45331220, 38900000, 38500000, 71630000, 50532000, 50711000, 45311100, 45310000, 71314100, 50711000, 45311100, 71314100, 45310000, 50532000, 71630000, 71631000, 31161200, 39721411, 39721410, 50511200, 50531200, 09323000, 42515000, 50720000, 71314310, 50531100, 39721411, 39721410, 50531200, 50720000, 71314310, 50531100, 45232430, 71800000, 90733000, 42912310, 42912330, 51514110, 45232430, 38910000, 71610000, 71600000, 70332000, 70331000, 70332200, 70332300, 90911200, 77312000, 45111213, 79711000, 45262660, 90650000, 71315300, 79311000, 79311200, 45214620, 71600000, 71630000, 71632000, 90650000, 45262660, 90650000, 71317210, 79417000, 71315200.

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC for the Scottish Procurement Alliance (SPA)

6 Deer Park Avenue

Livingston

EH54 8AF

UK

Telephone: +44 1506894395

E-mail: procurement@lhc.gov.uk

NUTS: UKM

Internet address(es)

Main address: http://www.scottishprocurement.scot

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16123

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://in-tendhost.co.uk/lhc/aspx/ProjectManage/4


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/lhc/aspx/ProjectManage/4


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://in-tendhost.co.uk/lhc/aspx/Home


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Public Sector Framework Provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Asset Safety and Compliance Framework

Reference number: ASC1

II.1.2) Main CPV code

71315000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This opportunity has been listed by LHC on behalf of the Scottish Procurement Alliance and our other regional entities:

Consortium Procurement Construction (CPC)

LHC London and South East (LSE)

South-West Procurement Alliance (SWPA)

Welsh Procurement Alliance (WPA)

LHC/SPA is seeking suitable organisations for our Asset Safety & Compliance Services framework (ASC1). ASC1 will provide LHC/SPA partners with access to a range of asset safety consultancy, testing/inspection, servicing, and maintenance services to ensure the safety of their properties and comply with their landlord obligations. This new framework will replace our existing asbestos and vacant property protection framework agreements, and extend the scope to additional safety and compliance services. The ASC1 framework will consist of the following lots which interested parties can apply for.

Lot 1a - Asbestos Consultancy

Lot 1b - Asbestos Surveys and Testing

Lot 1c - Asbestos Removals and Remedial

Lot 2a – Property Protection and Associated Services

Lot 3a - Water Hygiene Testing and Consultancy

Lot 3b - Water System Maintenance, Remedials and Associated Services

Lot 4a - Gas Heating Systems Inspection, Servicing & Remedial (Domestic)

Lot 4b - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)

Lot 4c - Ventilation Systems Inspection, Servicing and Maintenance

Lot 4d - HVAC (Air Conditioning) Servicing and Maintenance

Lot 5a - Fixed Wire Testing (EICR) and Remedials

Lot 5b - Portable Appliance Testing

Within each lot there will be a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

To express an interest in the project and access the tender documents, organisations will need to register via our eTendering portal using the link as follows:

https://in-tendhost.co.uk/lhc/aspx/Home

II.1.5) Estimated total value

Value excluding VAT: 135 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

1A - Asbestos Consultancy

II.2.2) Additional CPV code(s)

45262660

90650000

71317210

79417000

71315200

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Lot 1A will cover Asbestos Consultancy. LHC/SPA is looking for experienced organisations who can provide specialist asbestos consultancy services to assist partners with the management of asbestos within their properties.

Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:

> Desktop reviews of asbestos management plans

> Asbestos management plans

> Priority risk assessment inclusive of action plans

> Asbestos awareness training

> Duty to manage training

> Contaminated land consultancy

> Project management consultancy for managing removal works

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 2

II.2.1) Title

1B - Asbestos Surveys & Testing

II.2.2) Additional CPV code(s)

71315300

79311000

79311200

45214620

71600000

71630000

71632000

90650000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Lot 1B will cover Asbestos survey and testing services. LHC/SPA is looking for experienced organisations who can provide specialist asbestos sampling, testing and analysis services to assist partners with the management of asbestos within their properties.

Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:

> Asbestos Management Surveys

> Asbestos Refurbishment & Demolition Surveys

> Reinspection Surveys

> Air monitoring and 4 stage clearance

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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/SPA intend to appoint up to eight (8) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 3

II.2.1) Title

1C - Asbestos Removal & Disposal Works

II.2.2) Additional CPV code(s)

45262660

90650000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Workstream 1c will cover Asbestos Consultancy.

LHC/SPA is looking for experienced organisations who can provide specialist asbestos management services to assist partners with the containment, protection and removal of asbestos within their properties.

Full details can be found in the procurement documents provided however the scope of this lot will include:

- Asbestos remediation, removal and encapsulation / protection works

- Disposal of asbestos containing materials

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 4

II.2.1) Title

2A - Property Protection and Associated Services

II.2.2) Additional CPV code(s)

70332000

70331000

70332200

70332300

90911200

77312000

45111213

79711000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Lot 2A will cover property protection and associated services. LHC/SPA is looking for experienced organisations who can provide a wide range of specialist property protection and associated services for both vacant and occupied properties.

Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:

> Installation of physical security such as security screens, doors, barricades and fencing

> Installation of CCTV and other electronic access control and alarm systems

> Utilities shut off, drain down and recommission

> Boarding up services

> Internal and external property general cleaning and clearance services

> Specialist cleaning services

> Mould treatment and management

> Pest control

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 5

II.2.1) Title

3A - Water Hygiene Testing and Consultancy

II.2.2) Additional CPV code(s)

45232430

38910000

71610000

71600000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Lot 3A will cover water hygiene testing and consultancy.

LHC/SPA is looking for experienced organisations who can provide specialist water hygiene testing, advice and consultancy services to assist partner with the management of risk related to legionella and other water borne pathogens.

Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:

> Independent consultancy and advice on water risk management plans and procedures (new and existing plans)

> Legionella risk assessment services

> Water testing and analytical services

> Legionella and water risk awareness training

> Providing guidance on remedial actions to reduce exposure

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 6

II.2.1) Title

3B - Water System Maintenance, Remedials and Associated Services

II.2.2) Additional CPV code(s)

45232430

71800000

90733000

42912310

42912330

51514110

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Lot 3B will cover water system maintenance, remedials and associated services.

LHC/SPA is looking for experienced organisations who can provide specialist water maintenance services to assist partners with the proactive management of their water systems within their properties to reduce the risk of legionella and other water borne pathogens.

Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:

> Implementation of legionella prevention management plans

> Installation and maintenance of water system cleansing, filtration and other treatment systems

> Hydrostatic pressure testing

> New mains and internal water system chlorination service

> Closed system flushing, dosing, and analysis

> TMV (Thermostatic Mixing Valves) and filter installation, service and maintenance

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 7

II.2.1) Title

4A - Gas Heating Systems Inspection, Servicing & Remedial (Domestic)

II.2.2) Additional CPV code(s)

39721411

39721410

50531200

50720000

71314310

50531100

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Lot 4A will cover gas safety & heating systems inspection, servicing & remedial (domestic) works.

LHC/SPA is looking for experienced organisations who can provide domestic gas inspection (LGSR), servicing, maintenance, and remedial services to assist partners with the management of domestic gas appliances within their properties.

Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:

> Annual inspection of domestic gas burning and heating system appliances

> Responsive maintenance works, both proactive and reactive

> Installations of replacement systems, either in part or full

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 8

II.2.1) Title

4B - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)

II.2.2) Additional CPV code(s)

31161200

39721411

39721410

50511200

50531200

09323000

42515000

50720000

71314310

50531100

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Lot 4B will cover gas safety & heating systems inspection, servicing & remedial (commercial) services.

LHC/SPA is looking for experienced organisations who can provide commercial / non domestic gas inspection (LGSR), servicing, maintenance, and remedial services to assist partners with the management of their non domestic gas appliances within their properties.

Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:

> Annual inspection of commercial / non domestic gas burning and heating system appliances

> Responsive maintenance works, both proactive and reactive

> Installations of replacement systems, either in part or full

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 9

II.2.1) Title

4C - Ventilation Systems Inspection, Servicing and Maintenance

II.2.2) Additional CPV code(s)

42500000

42520000

45331000

45331200

45331210

71315410

71321400

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Lot 4C will cover ventilation systems inspection, servicing and maintenance. LHC/SPA is looking for experienced organisations who can provide inspection, servicing, maintenance, and remedial services for a range of ventilation systems within their properties.

Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:

> Annual inspection services

> Maintenance works, both proactive and reactive

> Installation of replacement systems either in part or full

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 10

II.2.1) Title

4D - HVAC (Air Conditioning) Servicing and Maintenance

II.2.2) Additional CPV code(s)

39717000

39717200

42512000

45331000

45331220

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Lot 4D will cover HVAC systems inspection, servicing and maintenance.

LHC/SPA is looking for experienced organisations who can provide inspection, servicing, maintenance, and remedial services for a range of heating, ventilation and air conditioning (HVAC) systems within their properties.

Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:

> Annual inspection services

> Maintenance works, both proactive and reactive

> Installation of replacement systems either in part or full

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 11

II.2.1) Title

5A - Fixed Wire Testing (EICR) and Remedials

II.2.2) Additional CPV code(s)

50711000

45311100

71314100

45310000

50532000

71630000

71631000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Lot 5A will cover fixed wire testing (EICR) and associated remedial works.

LHC/SPA is looking for experienced organisations who can provide periodic inspection and testing of electrical installations within their properties, and the provision of EICRs. In addition (where requested) LHC/SPA clients may require remedial of faults identified during inspection.

Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:

> Testing and certification of electrical installations and provision of electrical safety certificates

> Testing and certification of associated electrical elements (e.g. EV chargers)

Remedials and replacements of electrical components

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 12

II.2.1) Title

5B - Portable Appliance Testing (PAT)

II.2.2) Additional CPV code(s)

38900000

38500000

71630000

50532000

50711000

45311100

45310000

71314100

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within.

II.2.4) Description of the procurement

Lot 5B will cover portable appliance testing (PAT).

LHC/SPA is looking for experienced organisations who can provide inspection, testing and certification of portable electrical appliances and equipment.

Full details of the scope can be found in the procurement documents provided.

Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical / Weighting: 20

Quality criterion: Regional Capability / Weighting: 20

Quality criterion: Technical Capability / Weighting: 30

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA 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:

The required registrations, accreditations and certifications required vary by lot. Full details of the minimum requirements to be considered eligible to bid for each lot can be found in the procurement documents provided.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

LHC will conduct a financial assessment. This assessment will allow LHC to carry out a robust assessment of a Bidders' financial standing.

The assessment will have 2 stages:

1) Credit score - LHC will use Creditsafe to carry out initial checking of a Bidders' financial status.

2) 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.

Bidders will be required to have the following minimum levels of insurance for all lots applied for:

Employers (Compulsory) Liability Insurance: 5,000,000 GBP

Public Liability Insurance: 5,000,000 GBP

Dependent on the lots applied for, Bidders will also be required to have one or both of the following levels of insurance:

Professional Indemnity Insurance: 2,000,000 GBP

Product Liability Insurance: 2,000,000 GBP

Full details of the minimum requirements to be considered eligible to bid for each lot can be found in the procurement documents provided.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders are required to have the following ISO qualifications (UKAS) or equivalent:

Health and Safety certification in accordance with ISO 45001 (please refer to ITT for accepted equivalents)

Environmental Management certification in accordance with ISO 14001 (please refer to ITT for accepted equivalents)

Quality Management certification in accordance with ISO 9001 (please refer to ITT for accepted equivalents)


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project LHC/SPA will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 999

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-024154

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

Date: 16/03/2023

Local time: 12:00

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

EN

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

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 16/03/2023

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

SPA / LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Scottish Procurement Alliance).

Thanks to the ongoing and collective feedback and input into the development of this framework, it is both designed and anticipated to support the vast majority of our clients’ and partners’ requirements.

Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework.

As of the date of publication of this notice our frameworks may be used by all contracting authorities in Scotland as defined by the Public Contracts (Scotland) Regulations 2015 and as listed on https:// www.scottishprocurement.scot/who-we-work-with/, including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm’s length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.

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:

As this is a tender for the establishment of a framework this is not appropriate but may be included in call off contracts.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Bidders must beware that SPA Partners may add community benefit requirements in their call-off contracts from this Framework including but not limited to:

- Generating education, employment and vocational training opportunities for priority groups and for up-skilling the existing workforce;

- Supporting environmental concerns such as net carbon zero

- Delivering equality and diversity initiatives;

- Making sub-contracting opportunities available to SMEs, local organisations, the third sector and supported businesses;

- Supporting supply-chain development activities;

- Building capacity in community organisations;

- Supporting charitable and community benefit initiatives

(SC Ref:718768)

VI.4) Procedures for review

VI.4.1) Review body

Livingston Sheriff Court and Justice of the Peace Court

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

UK

VI.5) Date of dispatch of this notice

30/01/2023


Information added to the notice since publication.

Additional information added to the notice since it's publication.
DateDetails
06/03/2023 11:35Notice date(s) changed

IV.2.2) Time limit
Old date: 16/03/2023 12:00
New date: 23/03/2023 12:00

Extension provided following request from bidders
Main Contact: procurement@lhc.gov.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a

Commodity Categories

Commodity Categories
IDTitleParent Category
39717200Air-conditioning appliancesFans and air-conditioning appliances
45331220Air-conditioning installation workHeating, ventilation and air-conditioning installation work
42512000Air-conditioning installationsHeat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
79711000Alarm-monitoring servicesSecurity services
90650000Asbestos removal servicesCleaning and sanitation services in urban or rural areas, and related services
45262660Asbestos-removal workSpecial trade construction works other than roof works
71315200Building consultancy servicesBuilding services
71315000Building servicesConsultative engineering and construction services
71315210Building services consultancy servicesBuilding services
71315300Building surveying servicesBuilding services
90911200Building-cleaning servicesAccommodation, building and window cleaning services
38500000Checking and testing apparatusLaboratory, optical and precision equipments (excl. glasses)
70332200Commercial property management servicesNon-residential property services
71610000Composition and purity testing and analysis servicesTechnical testing, analysis and consultancy services
71800000Consulting services for water-supply and waste consultancyArchitectural, construction, engineering and inspection services
42500000Cooling and ventilation equipmentIndustrial machinery
09323000District heatingSteam, hot water and associated products
42515000District heating boilerHeat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
45310000Electrical installation workBuilding installation work
71314100Electrical servicesEnergy and related services
45311100Electrical wiring workElectrical wiring and fitting work
39717000Fans and air-conditioning appliancesElectrical domestic appliances
75251110Fire-prevention servicesFire-brigade services
39721410Gas appliancesDomestic cooking or heating equipment
31161200Gas cooling systemsParts for electrical motors and generators
39721411Gas heatersDomestic cooking or heating equipment
24100000GasesChemical products
71317000Hazard protection and control consultancy servicesConsultative engineering and construction services
71317210Health and safety consultancy servicesHazard protection and control consultancy services
71314310Heating engineering services for buildingsEnergy and related services
45331000Heating, ventilation and air-conditioning installation workPlumbing and sanitary works
42512300HVAC packagesAir-conditioning installations
38910000Hygiene monitoring and testing equipmentMiscellaneous evaluation or testing instruments
70332300Industrial property servicesNon-residential property services
71315410Inspection of ventilation systemBuilding services
51514110Installation services of machinery and apparatus for filtering or purifying waterInstallation services of miscellaneous general-purpose machinery
38900000Miscellaneous evaluation or testing instrumentsLaboratory, optical and precision equipments (excl. glasses)
70332000Non-residential property servicesProperty management services of real estate on a fee or contract basis
50531100Repair and maintenance services of boilersRepair and maintenance services for non-electrical machinery
50720000Repair and maintenance services of central heatingRepair and maintenance services of building installations
50711000Repair and maintenance services of electrical building installationsRepair and maintenance services of electrical and mechanical building installations
50532000Repair and maintenance services of electrical machinery, apparatus and associated equipmentRepair and maintenance services of machinery
45214620Research and testing facilities construction workConstruction work for buildings relating to education and research
70331000Residential property servicesProperty management services of real estate on a fee or contract basis
79417000Safety consultancy servicesBusiness and management consultancy services
90733000Services related to water pollutionPollution tracking and monitoring and rehabilitation
45111213Site-clearance workDemolition, site preparation and clearance work
79311200Survey conduction servicesSurvey services
79311000Survey servicesMarket research services
71621000Technical analysis or consultancy servicesAnalysis services
71630000Technical inspection and testing servicesTechnical testing, analysis and consultancy services
71631000Technical inspection servicesTechnical inspection and testing services
71600000Technical testing, analysis and consultancy servicesArchitectural, construction, engineering and inspection services
45331200Ventilation and air-conditioning installation workHeating, ventilation and air-conditioning installation work
71321400Ventilation consultancy servicesEngineering design services for mechanical and electrical installations for buildings
42520000Ventilation equipmentCooling and ventilation equipment
45331210Ventilation installation workHeating, ventilation and air-conditioning installation work
42912310Water filtration apparatusLiquid filtering or purifying machinery and apparatus
42912330Water-purifying apparatusLiquid filtering or purifying machinery and apparatus
45232430Water-treatment workAncillary works for pipelines and cables
77312000Weed-clearance servicesPlanting and maintenance services of green areas

Delivery Locations

Delivery Locations
IDDescription
130Aberdeen & North-East
100All Scotland
160Edinburgh & Lothians
150Glasgow & Strathclyde
120Highlands and Islands
170Scotland South
140Tayside, Central & Fife

Document Family

Hide related notices
AUG457609: Asset Safety and Compliance Framework
Publication Date: 30/08/2022
Notice Type: 01 Prior Information Notice (PIN)
Authority name: LHC Procurement Group for the Scottish Procurement Alliance (SPA)
JAN469896: Asset Safety and Compliance Framework
Publication Date: 30/01/2023
Deadline: 23/03/2023
Notice Type: 02 Contract Notice
Authority name: LHC Procurement Group for the Scottish Procurement Alliance (SPA)

Copyright © Public Contracts Scotland