Opportunity

Asset Safety and Compliance Framework

  • LHC

F02: Contract notice

Notice reference: 2023/S 000-002835

Published 30 January 2023, 4:36pm



The closing date and time has been changed to:

23 March 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

LHC

Royal House 2-4 Vine Street

Uxbridge

UB81QE

Contact

Meghan Wharton

Email

procurement@lhc.gov.uk

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.lhc.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Public Sector Framework Provider


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Asset Safety and Compliance Framework

Reference number

ASC1

two.1.2) Main CPV code

  • 71315000 - Building services

two.1.3) Type of contract

Services

two.1.4) Short description

This opportunity has been listed on behalf of LHC and our regional entities:

Consortium Procurement Construction (CPC)

LHC London and South East (LSE)

Scottish Procurement Alliance (SPA)

South-West Procurement Alliance (SWPA)

Welsh Procurement Alliance (WPA)

LHC is seeking suitable organisations for our Asset Safety & Compliance Services framework (ASC1). ASC1 will provide LHC clients 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

two.1.5) Estimated total value

Value excluding VAT: £135,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

1A - Asbestos Consultancy

Lot No

1

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 71315200 - Building consultancy services
  • 71317210 - Health and safety consultancy services
  • 79417000 - Safety consultancy services
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Lot 1A will cover Asbestos Consultancy. LHC 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.

two.2.5) Award criteria

Quality criterion - Name: General Techinical / Weighting: 20

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

1B - Asbestos Surveys & Testing

Lot No

2

two.2.2) Additional CPV code(s)

  • 45214620 - Research and testing facilities construction work
  • 71315300 - Building surveying services
  • 71600000 - Technical testing, analysis and consultancy services
  • 79311000 - Survey services
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Lot 1B will cover Asbestos survey and testing services.

LHC 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.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

1C - Asbestos Removal & Disposal Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Workstream 1c will cover Asbestos Consultancy.

LHC 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

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Regional Capabilty / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

2A - Property Protection and Associated Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 45111213 - Site-clearance work
  • 70331000 - Residential property services
  • 70332000 - Non-residential property services
  • 77312000 - Weed-clearance services
  • 79711000 - Alarm-monitoring services
  • 90911200 - Building-cleaning services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Lot 2A will cover property protection and associated services. LHC 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.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

3A - Water Hygiene Testing and Consultancy

Lot No

5

two.2.2) Additional CPV code(s)

  • 38910000 - Hygiene monitoring and testing equipment
  • 45232430 - Water-treatment work
  • 71600000 - Technical testing, analysis and consultancy services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Lot 3A will cover water hygiene testing and consultancy.

LHC 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.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

3B - Water System Maintenance, Remedials and Associated Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 42912310 - Water filtration apparatus
  • 42912330 - Water-purifying apparatus
  • 45232430 - Water-treatment work
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 90733000 - Services related to water pollution

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

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

LHC 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.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

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

Lot No

7

two.2.2) Additional CPV code(s)

  • 39721410 - Gas appliances
  • 39721411 - Gas heaters
  • 50531100 - Repair and maintenance services of boilers
  • 50531200 - Gas appliance maintenance services
  • 50720000 - Repair and maintenance services of central heating
  • 71314310 - Heating engineering services for buildings

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

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

LHC 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.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

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

Lot No

8

two.2.2) Additional CPV code(s)

  • 09323000 - District heating
  • 31161200 - Gas cooling systems
  • 39721410 - Gas appliances
  • 39721411 - Gas heaters
  • 42515000 - District heating boiler
  • 50511200 - Repair and maintenance services of gas pumps
  • 50531100 - Repair and maintenance services of boilers
  • 50531200 - Gas appliance maintenance services
  • 71314310 - Heating engineering services for buildings

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

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

LHC 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.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

4C - Ventilation Systems Inspection, Servicing and Maintenance

Lot No

9

two.2.2) Additional CPV code(s)

  • 42500000 - Cooling and ventilation equipment
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 71315410 - Inspection of ventilation system
  • 71321400 - Ventilation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

Lot 4C will cover ventilation systems inspection, servicing and maintenance.

LHC 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.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

4D - HVAC (Air Conditioning) Servicing and Maintenance

Lot No

10

two.2.2) Additional CPV code(s)

  • 39717000 - Fans and air-conditioning appliances
  • 42512000 - Air-conditioning installations
  • 45331000 - Heating, ventilation and air-conditioning installation work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

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

LHC 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.

two.2.5) Award criteria

Quality criterion - Name: General Techincal / Weighting: 20

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

5A - Fixed Wire Testing (EICR) and Remedials

Lot No

11

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 50711000 - Repair and maintenance services of electrical building installations
  • 71314100 - Electrical services
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

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

LHC 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 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.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

5B - Portable Appliance Testing (PAT)

Lot No

12

two.2.2) Additional CPV code(s)

  • 38500000 - Checking and testing apparatus
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 45310000 - Electrical installation work
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 50711000 - Repair and maintenance services of electrical building installations
  • 71314100 - Electrical services
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

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

LHC 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.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Regional Capability / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Price - Weighting: 30

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.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.

three.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)

three.2) Conditions related to the contract

three.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 will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics.

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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: 999

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-024153

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

Originally published as:

Date

16 March 2023

Local time

12:00pm

Changed to:

Date

23 March 2023

Local time

12:00pm

See the change notice.

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

16 March 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland.

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' 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 as defined by the Public Contracts Regulations 2015 and as listed on https://www.lhc.gov.uk/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.

Bidders must beware that LHC clients 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

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Roseberry Court, Central Avenue, St Andrews Business Park

Norwich

NR7 0HS

Country

United Kingdom