Awarded contract

Asset Safety and Compliance Framework

  • LHC Procurement Group for the Welsh Procurement Alliance (WPA)

F20: Modification notice

Notice reference: 2023/S 000-030608

Published 17 October 2023, 2:23pm



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

Email

procurement@lhcprocure.org.uk

Telephone

+44 1895274800

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

14601330

Internet address(es)

Main address

http://www.lhcprocure.org.uk

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