Fire Safety Framework (Ангилья - Тендер #43046918) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 43046918 Дата публикации: 22-06-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
LHC Procurement Group Ltd on behalf of the Welsh Procurement Alliance
14601330
Royal House. 2-4 Vine Street
Uxbridge
UB8 1QE
UK
Telephone: +44 1895274800
E-mail: procurement@lhcprocure.org.uk
NUTS: UK
Internet address(es)
Main address: https://www.lhcprocure.org.uk/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405
I.2) Joint procurementThe contract is awarded by a central purchasing body
I.3) CommunicationThe 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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/15
Body governed by public law
I.5) Main activityOther: Public Sector Framework Provider
Section II: Object II.1) Scope of the procurement II.1.1) TitleFire Safety Framework
Reference number: FS2
II.1.2) Main CPV code75251110
II.1.3) Type of contractServices
II.1.4) Short descriptionThis 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
II.1.5) Estimated total valueValue excluding VAT: 15 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) DescriptionLot No: 1
II.2.1) TitleFire Consultancy
II.2.2) Additional CPV code(s)71315200
71315100
71317100
71317210
79417000
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThis 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
II.2.5) Award criteriaCriteria below:
Quality criterion: General Technical / Weighting: 20
Quality criterion: Technical Capability / Weighting: 30
Quality criterion: Regional Capability / Weighting: 20
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA Clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Lot No: 2
II.2.1) TitleFire Risk Assessments
II.2.2) Additional CPV code(s)75251110
71313410
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThe 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
II.2.5) Award criteriaCriteria below:
Quality criterion: General Technical / Weighting: 20
Quality criterion: Technical Capability / Weighting: 30
Quality criterion: Regional Capability / Weighting: 20
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA Clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Lot No: 3
II.2.1) TitleWaking Watch
II.2.2) Additional CPV code(s)75251110
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThe 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.
II.2.5) Award criteriaCriteria below:
Quality criterion: General Technical / Weighting: 20
Quality criterion: Technical Capability / Weighting: 30
Quality criterion: Regional Capability / Weighting: 20
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA Clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Lot No: 4
II.2.1) TitleInstallation of Passive Fire Protection
II.2.2) Additional CPV code(s)44221220
35111500
44482000
45343000
45343100
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThe 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
II.2.5) Award criteriaCriteria below:
Quality criterion: General Technical / Weighting: 20
Quality criterion: Technical Capability / Weighting: 30
Quality criterion: Regional Capability / Weighting: 20
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA Clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Lot No: 5
II.2.1) TitleInstallation of Active Fire Protection
II.2.2) Additional CPV code(s)31625200
35111300
35111320
39525400
44482000
45312100
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThis 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
II.2.5) Award criteriaCriteria below:
Quality criterion: General Technical / Weighting: 20
Quality criterion: Technical Capability / Weighting: 30
Quality criterion: Regional Capability / Weighting: 20
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA Clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Lot No: 6
II.2.1) TitleActive Fire Protection Testing, Servicing and Maintenance
II.2.2) Additional CPV code(s)31625200
35111300
35111320
39525400
50413200
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThis 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
II.2.5) Award criteriaCriteria below:
Quality criterion: General Technical / Weighting: 20
Quality criterion: Technical Capability / Weighting: 30
Quality criterion: Regional Capability / Weighting: 20
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA Clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Lot No: 7
II.2.1) TitleInstallation of Fire Suppression Systems
II.2.2) Additional CPV code(s)35111500
35111510
35111520
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThis 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
II.2.5) Award criteriaCriteria below:
Quality criterion: General Technical / Weighting: 20
Quality criterion: Technical Capability / Weighting: 30
Quality criterion: Regional Capability / Weighting: 20
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA Clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Lot No: 8
II.2.1) TitleFire Suppression System Testing, Servicing and Maintenance
II.2.2) Additional CPV code(s)35111500
35111510
35111520
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThis 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 testing, and maintenance of:
- Dry & Wet Risers
- Sprinkler systems
- Water Mist Systems
II.2.5) Award criteriaCriteria below:
Quality criterion: General Technical / Weighting: 20
Quality criterion: Technical Capability / Weighting: 30
Quality criterion: Regional Capability / Weighting: 20
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA Clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Lot No: 9
II.2.1) TitleCladding Remediation
II.2.2) Additional CPV code(s)44212381
45262650
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThe 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.
II.2.5) Award criteriaCriteria below:
Quality criterion: General Technical / Weighting: 20
Quality criterion: Technical Capability / Weighting: 30
Quality criterion: Regional Capability / Weighting: 20
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA Clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Lot No: 10
II.2.1) TitleMulti-Disciplinary - Installation of Passive, Active and Fire Suppression Measures
II.2.2) Additional CPV code(s)35111500
35111510
35111520
31625200
35111300
35111320
39525400
44482000
45312100
44221220
45343000
45343100
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThe 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.
II.2.5) Award criteriaCriteria below:
Quality criterion: General Technical / Weighting: 20
Quality criterion: Technical Capability / Weighting: 30
Quality criterion: Regional Capability / Weighting: 20
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA Clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Lot No: 11
II.2.1) TitleMulti-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures
II.2.2) Additional CPV code(s)35111500
44221220
44482000
45343000
45343100
31625200
35111300
35111320
39525400
50413200
35111510
35111520
II.2.3) Place of performanceNUTS code:
UKL
II.2.4) Description of the procurementThe 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.
II.2.5) Award criteriaCriteria below:
Quality criterion: General Technical / Weighting: 20
Quality criterion: Technical Capability / Weighting: 30
Quality criterion: Regional Capability / Weighting: 20
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationLHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA Clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList 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.
III.1.2) Economic and financial standingList 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 4-10
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 required:
The minimum turnover requirements to apply for a lot are set as follows:
Lots 1, 2 - 250K
Lot 3 - 100K
Lots 4, 5, 5, 7, 8 - 500K
Lots 9, 10 - 500K
III.1.3) Technical and professional abilityList 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)
As part of it"s monitoring of the performance of projects delivered through this framework, following completion of each project LHC/WPA will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics.
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureOpen procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information IV.2.1) Previous publication concerning this procedureNotice number in the OJ S:
2023/S 000-005012
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 10/08/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 10/08/2023
Local time: 14:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.3) Additional informationLHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Welsh Procurement Alliance, Scottish Procurement Alliance and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework. As of the date of publication of this notice our frameworks may be used by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 as listed on:
https://www.cpconstruction.org.uk/who-we-work-with/
https://lse.lhcprocure.org.uk/who-we-work-with/
https://www.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.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=131802.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As a not-for-profit organisation, any surplus generated over the financial year is re-distributed into WPA"s Community Benefit Fund. WPA’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.
(WA Ref:131802)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review VI.4.1) Review bodyHigh Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice22/06/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | procurement@lhcprocure.org.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 71315200 | Building consultancy services | Building services |
| 71315100 | Building-fabric consultancy services | Building services |
| 44212381 | Cladding | Structural products and parts except prefabricated buildings |
| 45262650 | Cladding works | Special trade construction works other than roof works |
| 71317100 | Fire and explosion protection and control consultancy services | Hazard protection and control consultancy services |
| 39525400 | Fire blankets | Miscellaneous manufactured textile articles |
| 44221220 | Fire doors | Windows, doors and related items |
| 35111300 | Fire extinguishers | Firefighting equipment |
| 35111520 | Fire suppression foam or similar compounds | Firefighting equipment |
| 35111510 | Fire suppression hand tools | Firefighting equipment |
| 35111500 | Fire suppression system | Firefighting equipment |
| 45312100 | Fire-alarm system installation work | Alarm system and antenna installation work |
| 31625200 | Fire-alarm systems | Burglar and fire alarms |
| 45343000 | Fire-prevention installation works | Fencing, railing and safety equipment installation work |
| 75251110 | Fire-prevention services | Fire-brigade services |
| 45343100 | Fireproofing work | Fire-prevention installation works |
| 44482000 | Fire-protection devices | Miscellaneous fire-protection equipment |
| 71317210 | Health and safety consultancy services | Hazard protection and control consultancy services |
| 35111320 | Portable fire-extinguishers | Firefighting equipment |
| 50413200 | Repair and maintenance services of firefighting equipment | Repair and maintenance services of checking apparatus |
| 71313410 | Risk or hazard assessment for construction | Environmental engineering consultancy services |
| 79417000 | Safety consultancy services | Business and management consultancy services |
| ID | Description |
|---|---|
| 1017 | Bridgend and Neath Port Talbot |
| 1022 | Cardiff and Vale of Glamorgan |
| 1015 | Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf) |
| 1013 | Conwy and Denbighshire |
| 1020 | East Wales |
| 1023 | Flintshire and Wrexham |
| 1016 | Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly) |
| 1012 | Gwynedd |
| 1011 | Isle of Anglesey |
| 1021 | Monmouthshire and Newport |
| 1024 | Powys |
| 1014 | South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion) |
| 1018 | Swansea |
| 1000 | WALES |
| 1010 | West Wales and The Valleys |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |
The Buyer has attached further instructions with this notice. Please read these carefully and take the necessary action(s).
Record your interest in this notice and you will be automatically sent clarifications and deadline date changes etc. Please note that recording your interest does not automatically enter you into the tender process for this notice, you still have to submit your response by the deadline stated. To record an interest in this notice and add it to your interests list please click the Record your interest now button at the top of the page.