Section one: Contracting authority/entity
one.1) Name and addresses
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Royal House. 2-4 Vine Street
Uxbridge
UB8 1QE
Telephone
+44 1895274800
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
14601330
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Asset Safety and Compliance Framework
Reference number
ASC1
two.1.2) Main CPV code
- 71315000 - Building services
two.1.3) Type of contract
Services
two.2) Description
two.2.1) Title
5A - Fixed Wire Testing (EICR) and Remedials
Lot No
9
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50711000 - Repair and maintenance services of electrical building installations
- 71314100 - Electrical services
- 71630000 - Technical inspection and testing services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement at the time of conclusion of the contract:
Lot 5A covers fixed wire testing (EICR) and associated remedial works offering experienced organisations who can provide periodic inspection and testing of electrical installations within their properties, and the provision of EICRs. In addition (where requested) clients may require remedial of faults identified during inspection.
Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:
> Testing and certification of electrical installations and provision of electrical safety certificates
> Testing and certification of associated electrical elements (e.g. EV chargers)
> Remedials and replacements of electrical components
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
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 four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2023/S 000-002838
Section five. Award of contract/concession
Contract No
ASC1
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
31 August 2023
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor/concessionaire
Phillips Services (Wales) Ltd
Stadium House, 182 Neath Road, Landore
Swansea
SA12JT
Telephone
+44 1792653794
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor/concessionaire is an SME
Yes
five.2.3) Name and address of the contractor/concessionaire
PHS Compliance Limited
Compliance House, Kid Glove Road Golborne
WARRINGTON
WA33GR
Country
United Kingdom
NUTS code
- UKM - Scotland
National registration number
03811260
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £10,000,000
Section six. Complementary information
six.3) Additional information
LHC Procurement Group is a not for profit central purchasing body acting on behalf of Welsh Procurement Alliance.
Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their portfolio, 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 Wales as defined by the Public Contracts Regulations 2015 and as listed on 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 Procurement Group 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.
(WA Ref:135290)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 71315000 - Building services
seven.1.2) Additional CPV code(s)
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 45310000 - Electrical installation work
- 50711000 - Repair and maintenance services of electrical building installations
- 71314100 - Electrical services
- 71630000 - Technical inspection and testing services
- 38900000 - Miscellaneous evaluation or testing instruments
- 38500000 - Checking and testing apparatus
seven.1.3) Place of performance
NUTS code
- UKL - Wales
seven.1.4) Description of the procurement:
Lot 5A covers fixed wire testing (EICR) and associated remedial works offering experienced organisations who can provide periodic inspection and testing of electrical installations within their properties, and the provision of EICRs. In addition (where requested) clients may require remedial of faults identified during inspection.
Lot 5B covers portable appliance testing (PAT) offering experienced organisations who can provide inspection, testing and certification of portable electrical appliances and equipment.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£10,000,000
seven.1.7) Name and address of the contractor/concessionaire
Phillips Services (Wales) Ltd
Stadium House, 182 Neath Road, Landore
Swansea
SA12JT
Telephone
+44 1792653794
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor/concessionaire is an SME
Yes
seven.1.7) Name and address of the contractor/concessionaire
PHS Compliance Limited
Compliance House, Kid Glove Road Golborne
WARRINGTON
WA33GR
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Additional bidder in Lots 5a Fixed Wire Testing (EICR) and Remedials and Lot 5b Portable Appliance Testing (PAT) in South-East and South-West Wales regions only.
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
Bidder omitted from original contract award notice.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £1,000,000
Total contract value after the modifications
Value excluding VAT: £1,000,000