- Scope of the procurement
- Lot 7 - 3D Modular Adaptive Pods
- Lot 19 – Workstream 1 3D Modular Low Rise Housing Super Lot
- Lot 20 - Main Contractors Low Rise Housing Super Lot
- Lot 1 – 3D Modular Low Rise Housing and Apartments up to 11m - 0 - 9 Units
- Lot 2 – 3D Modular Low Rise Housing and Apartments up to 11m - 10 - 19 Units
- Lot 3 – 3D Modular Low Rise Housing and Apartments up to 11m - 20 - 49 Units
- Lot 4 – 3D Modular Low Rise Housing and Apartments up to 11m - 50+ Units
- Lot 5 - 3D Modular High Rise Housing - 11m or Higher
- Lot 8 - 2D Panelised Systems – Supply Only
- Lot 9 - 2D Panelised Systems – Installers
- Lot 10 - 2D Panelised Systems – Supply and Installation
- Lot 11 - Main Contractors Low Rise Housing and Apartments up to 11m – 0 - 9 Units
- Lot 12 - Main Contractors Low Rise Housing and Apartments up to 11m – 10 - 19 Units
- Lot 13 - Main Contractors Low Rise Housing and Apartments up to 11m – 20 - 49 Units
- Lot 14 - Main Contractors Low Rise Housing and Apartments up to 11m - 50+ Units
- Lot 15 - Main Contractors High Rise Housing - 11m or Higher
- Lot 16 - Main Contractors Care Homes and Specialised Housing
- Lot 17 - Main Contractors ‘Room on the Roof’
- Lot 18 - Groundworks and Associated Works
- Lot 6 - 3D Modular Independent and Assisted Housing and Care Homes
Section one: Contracting authority
one.1) Name and addresses
LHC for the Scottish Procurement Alliance (SPA)
6 Deer Park Avenue
Livingston
EH54 8AF
Contact
Procurement Team
Telephone
+44 1506894395
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.scottishprocurement.scot
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16123
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/1
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/1
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/1
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
Modern Methods of Construction (MMC) New Homes Framework NH3
Reference number
NH3
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
LHC on behalf of the Scottish Procurement Alliance (SPA) is seeking interest from suitable organisations for our Modern Methods of Construction (MMC) New Homes Framework (NH3).
This is a national framework and is being procured on behalf of:
Scottish Procurement Alliance (SPA)
Welsh Procurement Alliance (WPA)
South-West Procurement Alliance (SWPA)
Consortium Procurement Construction (CPC)
LHC
This framework is the successor to our popular Offsite Construction of New Homes Framework - NH2 and will be for the construction of Modern Methods of Construction (MMC) New Homes and associated works.
The framework consists of 4 (four) workstreams and each workstream has multiple lots bidders can apply for. As follows:
Workstream 1 - Three Dimensional (3D) Modular Systems – Category 1
Workstream 2 - Two Dimensional (2D) Panelised Systems – Category 2
Workstream 3 – Main Contractors Delivering MMC Solutions
Workstream 4 - Groundworks and Site preparation for MMC Housing Projects
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
Bidders will be required to meet a minimum turnover requirement for each lot (please refer to ITT).
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:
All lots except lot 9 and 18
Employers (Compulsory) Liability Insurance: 5,000,000 GBP
Public Liability Insurance: 5,000,000 GBP
Professional Indemnity Insurance: 2,000,000 GBP
Lots 9 and 18
Employers (Compulsory) Liability Insurance: 5,000,000 GBP
Public Liability Insurance: 5,000,000 GBP
Technical requirements:
Bidders are required to have the following:
All Bidders:
Health and Safety ISO 45001 (please refer to ITT for accepted equivalents)
Lots 1-7, 8, 10, 11-17:
Environmental Management ISO 14001 (please refer to ITT for accepted equivalents)
Quality Management ISO 9001 (please refer to ITT for accepted equivalents)
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
18
two.2) Description
two.2.1) Title
Lot 7 - 3D Modular Adaptive Pods
Lot No
7
two.2.2) Additional CPV code(s)
- 45211200 - Sheltered housing construction work
- 45211310 - Bathrooms construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 7 covers the requirement for units to provide additional accommodation (Assisted bathrooms/Bedrooms etc for disabled users) as a single storey extension for existing housing units. The internal design and layout will be bespoke to meet the specific end user requirements.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 19 – Workstream 1 3D Modular Low Rise Housing Super Lot
Lot No
19
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Bidders will not specifically apply to be on the Workstream 1 3D Modular Low Rise Housing Super Lot.
Following the evaluation process all companies appointed to one or more of the low rise housing lots 1-4 will be automatically added to the respective superlot.
The super lot can be used for call off opportunities where one of the following criteria applies:
- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.
- Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.
No ranking will be applied within the super lot, and call off will be through mini competition only
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 20 - Main Contractors Low Rise Housing Super Lot
Lot No
20
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Bidders will not specifically apply to be on the Workstream 3 Main Contractors Low Rise Housing Super Lot.
Following the evaluation process all companies appointed to one or more of the main contractors low rise housing lots 11-14 will be automatically added to the respective superlot.
The super lot can be used for call off opportunities where one of the following criteria applies:
- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.
- Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.
No ranking will be applied within the super lot, and call off will be through mini competition only
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 1 – 3D Modular Low Rise Housing and Apartments up to 11m - 0 - 9 Units
Lot No
1
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211350 - Multi-functional buildings construction work
- 45211341 - Flats construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45211360 - Urban development construction work
- 45223800 - Assembly and erection of prefabricated structures
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 1 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 – 3D Modular Low Rise Housing and Apartments up to 11m - 10 - 19 Units
Lot No
2
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45223800 - Assembly and erection of prefabricated structures
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 2 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 – 3D Modular Low Rise Housing and Apartments up to 11m - 20 - 49 Units
Lot No
3
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45223800 - Assembly and erection of prefabricated structures
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 3 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 – 3D Modular Low Rise Housing and Apartments up to 11m - 50+ Units
Lot No
4
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211350 - Multi-functional buildings construction work
- 45211341 - Flats construction work
- 45211360 - Urban development construction work
- 44211000 - Prefabricated buildings
- 44211100 - Modular and portable buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 4 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 5 - 3D Modular High Rise Housing - 11m or Higher
Lot No
5
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 5 covers Medium to High Rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot covers projects for Medium to High rise developments with floor heights above 11m covering flats/apartments and mixed use projects.
This workstream also allows for the installation of volumetric units.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 8 - 2D Panelised Systems – Supply Only
Lot No
8
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 8 will cover the supply only of panelised systems including systems such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives.
Bidders will be able to provide:
- Basic frames (2a)
- Enhanced insulations and lining materials (2b)
- Further enhanced including windows and cladding (2c)
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 9 - 2D Panelised Systems – Installers
Lot No
9
two.2.2) Additional CPV code(s)
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 9 is for installation panelised systems, such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives by specialist installers.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 65%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 10 - 2D Panelised Systems – Supply and Installation
Lot No
10
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211000 - Prefabricated buildings
- 44211100 - Modular and portable buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 10 will cover the supply and installation of panelised systems including systems such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives.
Bidders will be able to provide:
- Basic frames (2a)
- Enhanced insulations and lining materials (2b)
- Further enhanced including windows and cladding (2c)
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 11 - Main Contractors Low Rise Housing and Apartments up to 11m – 0 - 9 Units
Lot No
11
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45100000 - Site preparation work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 11 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 12 - Main Contractors Low Rise Housing and Apartments up to 11m – 10 - 19 Units
Lot No
12
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45100000 - Site preparation work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 12 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 13 - Main Contractors Low Rise Housing and Apartments up to 11m – 20 - 49 Units
Lot No
13
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45100000 - Site preparation work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 13 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 14 - Main Contractors Low Rise Housing and Apartments up to 11m - 50+ Units
Lot No
14
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45111200 - Site preparation and clearance work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 14 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 15 - Main Contractors High Rise Housing - 11m or Higher
Lot No
15
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45100000 - Site preparation work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 15 covers projects for Medium to High rise developments with floor heights above 11m covering flats/apartments and mixed use projects. This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 16 - Main Contractors Care Homes and Specialised Housing
Lot No
16
two.2.2) Additional CPV code(s)
- 45211200 - Sheltered housing construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 16 covers the provision of specialist housing including Care Homes, Extra Care Housing, Sheltered Housing and Assisted Living Housing. This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 17 - Main Contractors ‘Room on the Roof’
Lot No
17
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45453100 - Refurbishment work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 17 covers the provision of additional residential accommodation on top of an existing building, (this will include the accommodation and all associated works). In addition to the room on the roof accommodation, refurbishment and energy efficiency measures may need to be provided to the existing building as part of the project.
This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 18 - Groundworks and Associated Works
Lot No
18
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211100 - Modular and portable buildings
- 44211000 - Prefabricated buildings
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 18 is for the provision of Groundworks and associated services encompassing:
- Ground Works
- Civil Engineering and Drainage
- Roadworks and S278 Works
- Site Setup and enabling works
- Hard landscaping
- Geotechnical and exploratory ground investigation and surveys
- Remediation
- Drainage
- Foundations
- Retaining Wall
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 65%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 6 - 3D Modular Independent and Assisted Housing and Care Homes
Lot No
6
two.2.2) Additional CPV code(s)
- 45211200 - Sheltered housing construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 44211000 - Prefabricated buildings
- 44211100 - Modular and portable buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Lot 6 covers the provision of specialist housing including Care Homes, Extra Care Housing, Sheltered Housing and Assisted Living Housing. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed.
This workstream also allows for the installation of volumetric units.
To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
two.2.5) Award criteria
Quality criterion - Name: Technical Capability / Weighting: 50%
Quality criterion - Name: Factory Assessment / Weighting: 15%
Quality criterion - Name: Regional/Social Value / Weighting: 15%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Economic and financial standing:
Bidders will be required to meet a minimum turnover requirement for each lot (please refer to ITT). 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:
All lots except lot 9 and 18
Employers (Compulsory) Liability Insurance: 5,000,000 GBP
Public Liability Insurance: 5,000,000 GBP
Professional Indemnity Insurance: 2,000,000 GBP
Lots 9 and 18
Employers (Compulsory) Liability Insurance: 5,000,000 GBP
Public Liability Insurance: 5,000,000 GBP
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:
All Bidders:
Health and Safety ISO 45001 (please refer to ITT for accepted equivalents)
Lots 1-7, 8, 10, 11-17:
Environmental Management ISO 14001 (please refer to ITT for accepted equivalents)
Quality Management 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/SPA 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
Envisaged maximum number of participants to the framework agreement: 30
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 000-003188
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 October 2022
Local time
12:00pm
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
14 October 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
SPA / LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Scottish Procurement Alliance).
Thanks to the ongoing and collective feedback and input into the development of this framework, it is both designed and anticipated to support the vast majority of our clients’ and partners’ requirements.
Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework.
As of the date of publication of this notice our frameworks may be used by all contracting authorities in Scotland as defined by the Public Contracts (Scotland) Regulations 2015 and as listed on https:// www.scottishprocurement.scot/who-we-work-with/, including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm’s length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.
Bidders must beware that SPA Partners may add community benefit requirements in their call-off contracts from this Framework including but not limited to:
- Generating education, employment and vocational training opportunities for priority groups and for up-skilling the existing workforce;
- Supporting environmental concerns such as net carbon zero
- Delivering equality and diversity initiatives;
- Making sub-contracting opportunities available to SMEs, local organisations, the third sector and supported businesses;
- Supporting supply-chain development activities;
- Building capacity in community organisations;
- Supporting charitable and community benefit initiatives
Please use the following link to access the tender on LHC's eTendering portal.
https://in-tendhost.co.uk/LHC/aspx/Tenders/Current
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
As this is a tender for the establishment of a framework this is not appropriate but may be included in call off contracts.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
A summary of the expected community benefits has been provided as follows:
As a not-for-profit organisation, any surplus generated over the financial year is re-distributed into SPA’s Community Benefit Fund.
SPA’s Executive Board members are eligible to apply for a portion of the fund each year to use for projects for their local community.
We work in partnership with Lintel Trust who manage the fund and support Executive Board members in their delivery of community benefit projects, including sourcing match funding. Projects and causes must meet specific criteria determined by partners to ensure the Fund is used to support local needs and communities.
(SC Ref:703290)
six.4) Procedures for review
six.4.1) Review body
Livingston Sheriff Court and Justice of the Peace Court
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
Country
United Kingdom