Opportunity

Refurbishment and Modernisation Framework Agreement

  • LHC Procurement Group Limited

F02: Contract notice

Notice reference: 2023/S 000-017005

Published 15 June 2023, 11:40am



The closing date and time has been changed to:

14 August 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

LHC Procurement Group Limited

2 Vine Street

Uxbridge

UB8 1QE

Email

procurement@lhcprocure.org.uk

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Companies House

14601330

Internet address(es)

Main address

https://www.lhcprocure.org.uk/

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/16

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/16

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

Refurbishment and Modernisation Framework Agreement

Reference number

RM3

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

This opportunity has been listed on behalf of LHC Procurement Group (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 Procurement Group is seeking suitable organisations for our Refurbishment and Modernisation Framework (RM3). This new Framework will replace our successful Whole House Framework (WH2).

The Refurbishment and Modernisation Framework will provide our clients with access to a range of refurbishment, improvement and modernisation services to maintain their buildings and surrounding external areas.

The framework builds on the scope of LHCs' Whole House Framework and extends the scope to allow for works to be carried out in both residential and non-residential buildings.

This Framework consists of the following workstreams:

- Kitchens & Bathrooms with Associated Works

- Electrical Works

- Painting & Decorating

- Environmental & External Works

- Multi-Disciplinary Works

To encourage SMEs and regional bidders most workstreams are further split into project value band lots and each lot is also broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

In addition to encourage a good representation of SME and larger organisations on both the kitchen and bathroom and multi-disciplinary workstreams, bidders will only be able to apply for 2 of the 3 lots available under each of these workstreams. No restrictions are applied to the remaining workstreams. Refer to the ITT documentation for further guidance.

two.1.5) Estimated total value

Value excluding VAT: £210,000,000

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

Lot 1 Kitchens & Bathrooms with Associated Works - Project Value Band 1 0 - 500k GBP

Lot No

1

two.2.2) Additional CPV code(s)

  • 45211310 - Bathrooms construction work
  • 45300000 - Building installation work
  • 45421151 - Installation of fitted kitchens

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

This lot is for the replacement of kitchens and bathrooms replacement projects or programmes with a value of up to 500,000 GBP.

In addition to the replacement or refurbishment of kitchen and bathrooms, associated refurbishment or modernisation works can be carried out at the same time. This may include (but not be limited to) the following associated works:

- Associated repair, re-plastering and re-decoration

- Remodelling

- Mould prevention and protection

- Electrical minor works and upgrades

- Plumbing works or replacements

- Heating works or replacements

- Disabled adaptations

- Fire protection measures

To encourage SMEs and regional bidders this lot is broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

two.2.5) Award criteria

Quality criterion - Name: General Technical Response / Weighting: 20%

Quality criterion - Name: Regional Quality Response / Weighting: 20%

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

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £210,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework agreement is subject to an optional 1 year (12 months) renewal

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

Lot 2 Kitchens & Bathrooms with Associated Works - Project Value Band 2 500k to 2m GBP

Lot No

2

two.2.2) Additional CPV code(s)

  • 45211310 - Bathrooms construction work
  • 45300000 - Building installation work
  • 45421151 - Installation of fitted kitchens

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

This lot is for the replacement of kitchens and bathrooms replacement projects or programmes with a value of between 500,000 and 2 million GBP.

In addition to the replacement or refurbishment of kitchen and bathrooms, associated refurbishment or modernisation works can be carried out at the same time. This may include (but not be limited to) the following associated works:

- Associated repair, re-plastering and re-decoration

- Remodelling

- Mould prevention and protection

- Electrical minor works and upgrades

- Plumbing works or replacements

- Heating works or replacements

- Disabled adaptations

- Fire protection measures

To encourage SMEs and regional bidders this lot is broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

two.2.5) Award criteria

Quality criterion - Name: General Technical Response / Weighting: 20%

Quality criterion - Name: Regional Quality Response / Weighting: 20%

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

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £210,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework agreement is subject to an optional 1 year (12 months) renewal.

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

Lot 3 Kitchens & Bathrooms with Associated Works - Project Value Band 3 2m GBP plus

Lot No

3

two.2.2) Additional CPV code(s)

  • 45211310 - Bathrooms construction work
  • 45300000 - Building installation work
  • 45421151 - Installation of fitted kitchens

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

This lot is for the replacement of kitchens and bathrooms replacement projects or programmes with a value in excess of 2 million GBP.

In addition to the replacement or refurbishment of kitchen and bathrooms, associated refurbishment or modernisation works can be carried out at the same time. This may include (but not be limited to) the following associated works:

- Associated repair, re-plastering and re-decoration

- Remodelling

- Mould prevention and protection

- Electrical minor works and upgrades

- Plumbing works or replacements

- Heating works or replacements

- Disabled adaptations

- Fire protection measures

To encourage SMEs and regional bidders this lot is broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

two.2.5) Award criteria

Quality criterion - Name: General Technical Response / Weighting: 20%

Quality criterion - Name: Regional Quality Response / Weighting: 20%

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

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £210,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework agreement is subject to an optional 1 year (12 months) renewal.

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

Lot 4 Electrical Works - Project Value Band 1 0 - 500k GBP

Lot No

4

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical 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

This lot is for electrical refurbishment, modernisation and upgrade projects or programmes with a value up to 500,000 GBP.

Typical works anticipated to be carried out under this lot will include (but not be limited to):

- Rewire with improvements made to existing electrical systems

- Replacement consumer units

- Electric heating replacement and upgrades

- Fire protection measures

- Energy efficiency works and upgrades

To encourage SMEs and regional bidders this lot is broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

two.2.5) Award criteria

Quality criterion - Name: General Technical Response / Weighting: 20%

Quality criterion - Name: Regional Quality Response / Weighting: 20%

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

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £210,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework agreement is subject to an optional 1 year (12 months) renewal.

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

Lot 5 Electrical Works - Project Value Band 2 500k GBP plus

Lot No

5

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical 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

This lot is for electrical refurbishment, modernisation and upgrade projects or programmes with a value in excess of 500,000 GBP.

Typical works anticipated to be carried out under this lot will include (but not be limited to):

- Rewire with improvements made to existing electrical systems

- Replacement consumer units

- Electric heating replacement and upgrades

- Fire protection measures

- Energy efficiency works and upgrades

To encourage SMEs and regional bidders this lot is broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

two.2.5) Award criteria

Quality criterion - Name: General Technical Response / Weighting: 20%

Quality criterion - Name: Regional Quality Response / Weighting: 20%

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

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £210,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework agreement is subject to an optional 1 year (12 months) renewal.

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

Lot 6 Painting & Decorating - Project Value Band 1 0 - 500k GBP

Lot No

6

two.2.2) Additional CPV code(s)

  • 45442100 - Painting work
  • 45442110 - Painting work of buildings
  • 45442120 - Painting and protective-coating work of structures

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

This lot is for painting and decorating projects or programmes with a value up to 500,000 GBP.

Typical works anticipated to be carried out under this lot will include (but not be limited to):

- Planned re-decoration works and associated repairs/remedials

- Associated repairs to structural and building elements

- Internal and external re-decoration

- Communal decoration works

- Mould prevention and protection

To encourage SMEs and regional bidders this lot is broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

two.2.5) Award criteria

Quality criterion - Name: General Technical Response / Weighting: 20%

Quality criterion - Name: Regional Quality Response / Weighting: 20%

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

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £210,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework agreement is subject to an optional 1 year (12 months) renewal.

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

Lot 7 Painting & Decorating - Project Value Band 2 500k GBP plus

Lot No

7

two.2.2) Additional CPV code(s)

  • 45442100 - Painting work
  • 45442110 - Painting work of buildings
  • 45442120 - Painting and protective-coating work of structures

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

This lot is for painting and decorating projects or programmes with a value in excess of 500,000 GBP.

Typical works anticipated to be carried out under this lot will include (but not be limited to):

- Planned re-decoration works and associated repairs/remedials

- Associated repairs to structural and building elements

- Internal and external re-decoration

- Communal decoration works

- Mould prevention and protection

To encourage SMEs and regional bidders this lot is broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

two.2.5) Award criteria

Quality criterion - Name: General Technical Response / Weighting: 20%

Quality criterion - Name: Regional Quality Response / Weighting: 20%

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

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £210,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework agreement is subject to an optional 1 year (12 months) renewal.

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

Lot 8 Environmental & External Works

Lot No

8

two.2.2) Additional CPV code(s)

  • 45112700 - Landscaping work
  • 45112723 - Landscaping work for playgrounds
  • 45232450 - Drainage construction works
  • 45262300 - Concrete work
  • 45262520 - Bricklaying work
  • 45342000 - Erection of fencing
  • 45421148 - Installation of gates

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

This lot is for projects or programmes to refurbish or modernise the external areas around the building or site.

Typical works anticipated to be carried out under this lot will include (but not be limited to):

- Demolition and excavation

- Clearance and landscaping

- Car parks and other external communal facilities

- Brickwork & blockwork

- Drainage

- Concrete work

- Fencing, gates and other metalwork

- Carpentry & joinery

- Roofing

- External low risk cladding (e.g. fascia soffits etc)

- External painting and decorating incl. specialist treatments

To encourage SMEs and regional bidders this lot is broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

two.2.5) Award criteria

Quality criterion - Name: General Technical Response / Weighting: 20%

Quality criterion - Name: Regional Quality Response / Weighting: 20%

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

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £210,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework agreement is subject to an optional 1 year (12 months) renewal.

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

Lot 9 Multi-Disciplinary Works - Project Value Band 1 0 - 750k GBP

Lot No

9

two.2.2) Additional CPV code(s)

  • 45112700 - Landscaping work
  • 45112723 - Landscaping work for playgrounds
  • 45211310 - Bathrooms construction work
  • 45232141 - Heating works
  • 45232450 - Drainage construction works
  • 45262300 - Concrete work
  • 45262520 - Bricklaying work
  • 45310000 - Electrical installation work
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 45421148 - Installation of gates
  • 45421151 - Installation of fitted kitchens
  • 45422000 - Carpentry installation work
  • 45442100 - Painting work
  • 45453100 - Refurbishment 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

This multi-disciplinary lot will provide clients with access to contractors who have the capacity and capability to carry out a broad range of refurbishment and modernisation works under a single project or programme of works with a value of up to 750,000 GBP.

The range of works that may be carried out under this lot include (but may not be limited to):

- Kitchens & bathroom replacement works

- Painting & decorating

- Heating systems installations and replacements

- Mould prevention and protection

- Disabled adaptations

- External works

- Roofing installations and replacements

- Electrical installations and replacements

- Plumbing installations and replacements

- Energy efficiency works and upgrades

- Installation and replacement of windows and doors, including fire doors

- Fire protection measures

To encourage SMEs and regional bidders this lot is broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

two.2.5) Award criteria

Quality criterion - Name: General Technical Response / Weighting: 20%

Quality criterion - Name: Regional Quality Response / Weighting: 20%

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

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £210,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework agreement is subject to an optional 1 year (12 months) renewal.

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

Lot 10 Multi-Disciplinary Works - Project Value Band 2 750k to 2.5m GBP

Lot No

10

two.2.2) Additional CPV code(s)

  • 45112700 - Landscaping work
  • 45112723 - Landscaping work for playgrounds
  • 45211310 - Bathrooms construction work
  • 45232141 - Heating works
  • 45232450 - Drainage construction works
  • 45262300 - Concrete work
  • 45262520 - Bricklaying work
  • 45310000 - Electrical installation work
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 45421148 - Installation of gates
  • 45421151 - Installation of fitted kitchens
  • 45422000 - Carpentry installation work
  • 45442100 - Painting work
  • 45453100 - Refurbishment 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

This multi-disciplinary lot will provide clients with access to contractors who have the capacity and capability to carry out a broad range of refurbishment and modernisation works under a single project or programme of works with a value between 750,000 and 2.5 million GBP.

The range of works that may be carried out under this lot include (but may not be limited to):

- Kitchens & bathroom replacement works

- Painting & decorating

- Heating systems installations and replacements

- Mould prevention and protection

- Disabled adaptations

- External works

- Roofing installations and replacements

- Electrical installations and replacements

- Plumbing installations and replacements

- Energy efficiency works and upgrades

- Installation and replacement of windows and doors, including fire doors

- Fire protection measures

To encourage SMEs and regional bidders this lot is broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

two.2.5) Award criteria

Quality criterion - Name: General Technical Response / Weighting: 20%

Quality criterion - Name: Regional Quality Response / Weighting: 20%

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

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £210,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework agreement is subject to an optional 1 year (12 months) renewal.

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

Lot 11 Multi-Disciplinary Works - Project Value Band 3 2.5m GBP plus

Lot No

11

two.2.2) Additional CPV code(s)

  • 45112700 - Landscaping work
  • 45112723 - Landscaping work for playgrounds
  • 45211310 - Bathrooms construction work
  • 45232141 - Heating works
  • 45232450 - Drainage construction works
  • 45262300 - Concrete work
  • 45262520 - Bricklaying work
  • 45310000 - Electrical installation work
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 45421148 - Installation of gates
  • 45421151 - Installation of fitted kitchens
  • 45422000 - Carpentry installation work
  • 45442100 - Painting work
  • 45453100 - Refurbishment 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

This multi-disciplinary lot will provide clients with access to contractors who have the capacity and capability to carry out a broad range of refurbishment and modernisation works under a single project or programme of works with a value in excess of 2.5 million GBP.

The range of works that may be carried out under this lot include (but may not be limited to):

- Kitchens & bathroom replacement works

- Painting & decorating

- Heating systems installations and replacements

- Mould prevention and protection

- Disabled adaptations

- External works

- Roofing installations and replacements

- External low risk cladding (e.g. fascia soffits etc)

- Electrical installations and replacements

- Plumbing installations and replacements

- Energy efficiency works and upgrades

- Installation and replacement of windows and doors, including fire doors

- Fire protection measures

To encourage SMEs and regional bidders this lot is broken down into multiple regional areas allowing bidders to apply for the regional areas they commonly operate in.

two.2.5) Award criteria

Quality criterion - Name: General Technical Response / Weighting: 20%

Quality criterion - Name: Regional Quality Response / Weighting: 20%

Quality criterion - Name: Workstream/Lot Specific Technical Response / 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

Yes

Description of renewals

This framework agreement is subject to an optional 1 year (12 months) renewal.

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.


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

Professional Indemnity Insurance: 1,000,000 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 or demonstrate compliance with these standards by completing the PAS 91 standard question:

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)

In addition their will be accreditation requirements for specific workstreams please refer to ITT documents for full details.

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.


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

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: 2023/S 000-004005

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

Originally published as:

Date

27 July 2023

Local time

12:00pm

Changed to:

Date

14 August 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

27 July 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 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 Welsh Procurement Alliance, Scottish 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:

https://www.cpconstruction.org.uk/who-we-work-with/

https://lse.lhcprocure.org.uk/who-we-work-with/

https://www.swpa.org.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.

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.

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