Opportunity

Fire Safety Framework

  • LHC Procurement Group Ltd

F02: Contract notice

Notice reference: 2023/S 000-017793

Published 22 June 2023, 1:09pm



The closing date and time has been changed to:

24 August 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

LHC Procurement Group Ltd

Royal House. 2-4 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.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/15

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/15

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Public Sector Framwork Provider


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Safety Framework

Reference number

FS2

two.1.2) Main CPV code

  • 75251110 - Fire-prevention 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 businesses:

Consortium Procurement Construction (CPC)

London and South East (LSE)

Scottish Procurement Alliance (SPA)

South-West Procurement Alliance (SWPA)

Welsh Procurement Alliance (WPA)

This procurement exercise is to establish a replacement to our successful FS1 Fire Safety Framework.

Building on our existing FS1 framework, with FS2 we are expanding the scope to include a wider range of fire protection measures to offer our clients, the scope of which includes:

- Lot 1a - Fire Safety Consultancy

- Lot 2a - Fire Risk Assessments and Fire Safety Inspections

- Lot 3a - Waking Watch Services

- Lot 4a - Installation, Maintenance & Remediation of Passive Fire Protection

- Lot 5a - Installation of Active Fire Protection

- Lot 5b - Active Fire Protection Testing, Servicing and Maintenance

- Lot 6a - Installation of Fire Suppression Systems

- Lot 6b - Fire Suppression System Testing, Servicing and Maintenance

- Lot 7a - Cladding Remediation

- Lot 8a - Multi-Disciplinary - Installation

- Lot 8b - Multi-Disciplinary - Servicing and Maintenance

two.1.5) Estimated total value

Value excluding VAT: £105,000,000

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

Fire Consultancy

Lot No

1

two.2.2) Additional CPV code(s)

  • 71315100 - Building-fabric consultancy services
  • 71315200 - Building consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 79417000 - Safety 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

This consultancy lot will require the delivery of knowledge and advice on all aspects of fire safety including, fire safety legislation, active, passive and suppression systems to ensure safety and guide LHC clients with the formulation and reviewing fire risk assessments.

The scope of this consultancy lot will include (but is not limited to):

Fire Consultancy

Advice on all fire safety aspects of Client portfolios

Develop fire strategies, policies, procedures, and emergency plans

Undertake PAS9980 assessments

Undertake EWS1 reports

Provide cost-benefit analysis of options for fire safety remedial solutions

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Quality criterion - Name: Regional Capability / Weighting: 20

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 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

Fire Risk Assessments

Lot No

2

two.2.2) Additional CPV code(s)

  • 71313410 - Risk or hazard assessment for construction
  • 75251110 - Fire-prevention 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

The purpose of this Fire Risk Assessment lot is to advise LHC clients on identifying fire hazards, identifying individuals at risk, providing a method to evaluate, remove or deduce the risks of fire, recording the findings and providing appropriate actions.

The scope of this lot will cover:

Fire Risk assessments

Block assessments

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Quality criterion - Name: Regional Capability / Weighting: 20

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 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

Waking Watch

Lot No

3

two.2.2) Additional CPV code(s)

  • 75251110 - Fire-prevention 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

The waking watch service will consist of suitably trained individuals who will continually patrol the interior and exterior areas of a building in order to ensure early detection of a fire and where necessary raise the alarm and ensure safe evacuation of the building. The core responsibilities of the individuals will be to:

- Detect a fire in or within the boundaries of the building's environs.

- Summon the Fire and Rescue Service and take appropriate action as required by the management strategy, including meeting the FRS on arrival.

- Ensure all residents are alerted to begin simultaneous evacuation.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Quality criterion - Name: Regional Capability / Weighting: 20

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 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

Installation of Passive Fire Protection

Lot No

4

two.2.2) Additional CPV code(s)

  • 35111500 - Fire suppression system
  • 44221220 - Fire doors
  • 44482000 - Fire-protection devices
  • 45343000 - Fire-prevention installation works

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

The Passive Fire Protection workstream is constructed to cover the specific items of fire protection that are typically installed in a building to protect the structural integrity of the building, limit the spread of fire and limit/control smoke spread.

The scope of this lot will include the design, supply and installation of a range of passive fire protection measures including (but not limited to):

Fire compartmentation works (including surveys and remedial works)

Fire door surveys and installations

Fire shutters and curtains

Fire performance labelling

Fire safety signage and Information

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Quality criterion - Name: Regional Capability / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Duration in months

48

This contract is subject to renewal

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 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

Installation of Active Fire Protection

Lot No

5

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 35111300 - Fire extinguishers
  • 35111320 - Portable fire-extinguishers
  • 39525400 - Fire blankets
  • 44482000 - Fire-protection devices
  • 45312100 - Fire-alarm system 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 workstream covers the design, installation and commissioning of a range of active fire protection measures as necessary to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards.

- Fire Alarm Systems

- Emergency lighting design, supply, install and commission

- AOV (Automatic Opening Vents)

- Domestic smoke alarms and carbon monoxide alarms

- Fire Extinguishers and other manual fire suppression equipment

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Quality criterion - Name: Regional Capability / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Duration in months

48

This contract is subject to renewal

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 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

Active Fire Protection Testing, Servicing and Maintenance

Lot No

6

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 35111300 - Fire extinguishers
  • 35111320 - Portable fire-extinguishers
  • 39525400 - Fire blankets
  • 50413200 - Repair and maintenance services of firefighting equipment

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 covers the servicing, repair and maintenance of a range of active fire protection measures as necessary to ensure the Client's active fire safety systems are maintained in effective working order and free of fault and to ensure compliance with applicable fire safety legislation and standards.

- Fire Alarm Systems servicing & maintenance

- Emergency lighting design,

- AOV (Automatic Opening Vents)

- Domestic Smoke Alarm and Carbon Monoxide alarms

- Fire Extinguishers and other manual fire suppression equipment

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Quality criterion - Name: Regional Capability / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Duration in months

48

This contract is subject to renewal

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 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

Installation of Fire Suppression Systems

Lot No

7

two.2.2) Additional CPV code(s)

  • 35111500 - Fire suppression system
  • 35111510 - Fire suppression hand tools
  • 35111520 - Fire suppression foam or similar compounds

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 workstream covers the design, installation and commissioning of a range of fire suppression measures typically installed in a building to limit the spread of fire and to limit / control smoke spread, to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards.

Typical works delivered through this project will include the design, installation and commissioning of replacement or new:

- Dry & Wet Risers

- Sprinkler systems

- Water Mist Systems

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Quality criterion - Name: Regional Capability / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Duration in months

48

This contract is subject to renewal

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 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

Fire Suppression System Testing, Servicing and Maintenance

Lot No

8

two.2.2) Additional CPV code(s)

  • 35111500 - Fire suppression system
  • 35111510 - Fire suppression hand tools
  • 35111520 - Fire suppression foam or similar compounds

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 workstream covers the testing, servicing and maintenance of a range of fire suppression measures typically installed in a building to limit the spread of fire and to limit / control smoke spread, to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards.

Typical works delivered through this project will include the design, testing, and maintenance of:

- Dry & Wet Risers

- Sprinkler systems

- Water Mist Systems

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Quality criterion - Name: Regional Capability / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Duration in months

48

This contract is subject to renewal

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 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

Cladding Remediation

Lot No

9

two.2.2) Additional CPV code(s)

  • 44212381 - Cladding
  • 45262650 - Cladding works

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

The purpose of this cladding remediation lot is to provide LHC clients with a route to confirm the requirement to conduct remedial works to the external wall system (EWS) of a residential building, and subsequently carry out replacement or remediation of existing external cladding systems.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Quality criterion - Name: Regional Capability / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Duration in months

48

This contract is subject to renewal

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 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

Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures

Lot No

10

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 35111300 - Fire extinguishers
  • 35111320 - Portable fire-extinguishers
  • 35111500 - Fire suppression system
  • 35111510 - Fire suppression hand tools
  • 35111520 - Fire suppression foam or similar compounds
  • 39525400 - Fire blankets
  • 44221220 - Fire doors
  • 44482000 - Fire-protection devices
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works

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

The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can cover multiple services that cover the installation of passive, active or suppression fire measures either via direct labour or via sub-contractor where they will act as principal contractors.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Quality criterion - Name: Regional Capability / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Duration in months

48

This contract is subject to renewal

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 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

Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures

Lot No

11

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 35111300 - Fire extinguishers
  • 35111320 - Portable fire-extinguishers
  • 35111500 - Fire suppression system
  • 35111510 - Fire suppression hand tools
  • 35111520 - Fire suppression foam or similar compounds
  • 39525400 - Fire blankets
  • 44221220 - Fire doors
  • 44482000 - Fire-protection devices
  • 45343000 - Fire-prevention installation works
  • 50413200 - Repair and maintenance services of firefighting equipment

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

The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can cover multiple services that cover the service, maintenance and reactive support of passive, active or suppression fire measures either via direct labour or via sub-contractor where they will act as principal contractors.

two.2.5) Award criteria

Quality criterion - Name: General Technical / Weighting: 20

Quality criterion - Name: Technical Capability / Weighting: 30

Quality criterion - Name: Regional Capability / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Duration in months

48

This contract is subject to renewal

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 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

Fire Consultancy

- UKAS accredited level 3 certificate in fire safety, UKAS accredited level 4 diploma in fire safety for fire inspectors or equivalent.

Passive Fire Certifications

The following or equivalent

- Registered to undertake passive fire solution to penetration seals by an approved professional body e.g., LPCB 1531, FIRAS, BM Trada

or IFC.

- Registered to undertake maintenance of fire doors by an approved professional body e.g., LPCB 1271/1197, FIRAS, BM Trada or IFC.

Active Fire Certicfications:

Fire Alarm System Installations and Maintenance:

The following or equivalent

- Registered to undertake fire alarm design installation, maintenance, and commissioning by an approved professional body e.g., BAFE

SP203-1 SP201 or LPS 1014.

Portable Fire Extinguishers:

The following or equivalent

- Registered to undertake Portable Fire Extinguishers install and maintenance by an approved professional body e.g., BAFE SP101.

Emergency Lighting Systems:

The following or equivalent

- Registered to undertake Emergency Lighting Systems design installation, maintenance, and commissioning by an approved professional

body e.g., BAFE SP203-4.

Fire Suppression Certifications

Dry Riser / Wet Riser Maintenance:

The following or equivalent

- Registered to undertake Dry Riser / Wet Riser Maintenance by an approved professional body e.g., BAFE SP105.

Fire Sprinkler Systems:

The following or equivalent

- Registered to undertake Fire Sprinkler system maintenance by an approved professional body e.g., Technical Bulletin TB203

Cladding

- A level 6 award qualification which is Ofqual regulated qualification, accredited by ABBE (Awarding Body for the Build Environment)

or working towards.

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:

Lots 1-3

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

Public Liability Insurance: 5,000,000 GBP

Professional Indemnity Insurance: 2,000,000 GBP

Lots 4-8

Employers (Compulsory) Liability Insurance: 10,000,000 GBP

Public Liability Insurance: 5,000,000 GBP

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.

Minimum level(s) of standards possibly required

The minimum turnover requirements to apply for a lot are set as follows:

Lots 1, 2 - £250K

Lot 3 - £100K

Lots 4, 5a, 5b, 6a, 6b, 7 - £500K

Workstream 8a, 8b - £500K

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.


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 000-005011

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

Originally published as:

Date

10 August 2023

Local time

12:00pm

Changed to:

Date

24 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

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

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

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

https://www.scottishprocurement.scot/who-we-work-with/

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

https://www.welshprocurement.cymru/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