Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
LHC Procurement Group Ltd on behalf of the Welsh Procurement Alliance
14601330
Royal House. 2-4 Vine Street
Uxbridge
UB8 1QE
UK
Ffôn: +44 1895274800
E-bost: procurement@lhcprocure.org.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.lhcprocure.org.uk/
Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/15
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/15
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Arall: Public Sector Framework Provider
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Fire Safety Framework
Cyfeirnod: FS2
II.1.2) Prif god CPV
75251110
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
This opportunity has been listed on behalf of LHC and our regional businesses:
Consortium Procurement Construction (CPC)
London and South East (LSE)
Scottish Procurement Alliance (SPA)
South-West Procurement Alliance (SWPA)
Welsh Procurement Alliance (WPA)
This procurement exercise is to establish a replacement to our successful FS1 Fire Safety Framework.
Building on our existing FS1 framework, with FS2 we are expanding the scope to include a wider range of fire protection measures to offer our clients, the scope of which includes:
- Lot 1a - Fire Safety Consultancy
- Lot 2a - Fire Risk Assessments and Fire Safety Inspections
- Lot 3a - Waking Watch Services
- Lot 4a - Installation, Maintenance & Remediation of Passive Fire Protection
- Lot 5a - Installation of Active Fire Protection
- Lot 5b - Active Fire Protection Testing, Servicing and Maintenance
- Lot 6a - Installation of Fire Suppression Systems
- Lot 6b - Fire Suppression System Testing, Servicing and Maintenance
- Lot 7a - Cladding Remediation
- Lot 8a - Multi-Disciplinary – Installation
- Lot 8b - Multi-Disciplinary – Servicing and Maintenance
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 15 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Fire Consultancy
II.2.2) Cod(au) CPV ychwanegol
71315200
71315100
71317100
71317210
79417000
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
This consultancy lot will require the delivery of knowledge and advice on all aspects of fire safety including, fire safety legislation, active, passive and suppression systems to ensure safety and guide LHC clients with the formulation and reviewing fire risk assessments.
The scope of this consultancy lot will include (but is not limited to):
Fire Consultancy
Advice on all fire safety aspects of Client portfolios
Develop fire strategies, policies, procedures, and emergency plans
Undertake PAS9980 assessments
Undertake EWS1 reports
Provide cost-benefit analysis of options for fire safety remedial solutions
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 20
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 30
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC/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.
Rhif y Lot 2
II.2.1) Teitl
Fire Risk Assessments
II.2.2) Cod(au) CPV ychwanegol
75251110
71313410
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
The purpose of this Fire Risk Assessment lot is to advise LHC clients on Identifying fire hazards, identifying individuals at risk, providing a method to evaluate, remove or deduce the risks of fire, recording the findings and providing appropriate actions.
The scope of this lot will cover:
Fire Risk assessments
Block assessments
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 20
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 30
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC/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.
Rhif y Lot 3
II.2.1) Teitl
Waking Watch
II.2.2) Cod(au) CPV ychwanegol
75251110
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
The waking watch service will consist of suitably trained individuals who will continually patrol the interior and exterior areas of a building in order to ensure early detection of a fire and where necessary raise the alarm and ensure safe evacuation of the building. The core responsibilities of the individuals will be to:
- Detect a fire in or within the boundaries of the building’s environs.
- Summon the Fire and Rescue Service and take appropriate action as required by the management strategy, including meeting the FRS on arrival.
- Ensure all residents are alerted to begin simultaneous evacuation.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 20
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 30
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC/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.
Rhif y Lot 4
II.2.1) Teitl
Installation of Passive Fire Protection
II.2.2) Cod(au) CPV ychwanegol
44221220
35111500
44482000
45343000
45343100
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
The Passive Fire Protection workstream is constructed to cover the specific items of fire protection that are typically installed in a building to protect the structural integrity of the building, limit the spread of fire and limit/control smoke spread.
The scope of this lot will include the design, supply and installation of a range of passive fire protection measures including (but not limited to):
Fire compartmentation works (including surveys and remedial works)
Fire door surveys and installations
Fire shutters and curtains
Fire performance labelling
Fire safety signage and Information
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 20
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 30
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC/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.
Rhif y Lot 5
II.2.1) Teitl
Installation of Active Fire Protection
II.2.2) Cod(au) CPV ychwanegol
31625200
35111300
35111320
39525400
44482000
45312100
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
This workstream covers the design, installation and commissioning of a range of active fire protection measures as necessary to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards.
- Fire Alarm Systems
- Emergency lighting design, supply, install and commission
- AOV (Automatic Opening Vents)
- Domestic smoke alarms and carbon monoxide alarms
- Fire Extinguishers and other manual fire suppression equipment
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 20
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 30
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC/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.
Rhif y Lot 6
II.2.1) Teitl
Active Fire Protection Testing, Servicing and Maintenance
II.2.2) Cod(au) CPV ychwanegol
31625200
35111300
35111320
39525400
50413200
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
This lot covers the servicing, repair and maintenance of a range of active fire protection measures as necessary to ensure the Client’s active fire safety systems are maintained in effective working order and free of fault and to ensure compliance with applicable fire safety legislation and standards.
- Fire Alarm Systems servicing & maintenance
- Emergency lighting design,
- AOV (Automatic Opening Vents)
- Domestic Smoke Alarm and Carbon Monoxide alarms
- Fire Extinguishers and other manual fire suppression equipment
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 20
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 30
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC/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.
Rhif y Lot 7
II.2.1) Teitl
Installation of Fire Suppression Systems
II.2.2) Cod(au) CPV ychwanegol
35111500
35111510
35111520
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
This workstream covers the design, installation and commissioning of a range of fire suppression measures typically installed in a building to limit the spread of fire and to limit / control smoke spread, to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards.
Typical works delivered through this project will include the design, installation and commissioning of replacement or new:
- Dry & Wet Risers
- Sprinkler systems
- Water Mist Systems
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 20
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 30
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC/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.
Rhif y Lot 8
II.2.1) Teitl
Fire Suppression System Testing, Servicing and Maintenance
II.2.2) Cod(au) CPV ychwanegol
35111500
35111510
35111520
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
This workstream covers the testing, servicing and maintenance of a range of fire suppression measures typically installed in a building to limit the spread of fire and to limit / control smoke spread, to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards.
Typical works delivered through this project will include the testing, and maintenance of:
- Dry & Wet Risers
- Sprinkler systems
- Water Mist Systems
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 20
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 30
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC/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.
Rhif y Lot 9
II.2.1) Teitl
Cladding Remediation
II.2.2) Cod(au) CPV ychwanegol
44212381
45262650
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
The purpose of this cladding remediation lot is to provide LHC clients with a route to confirm the requirement to conduct remedial works to the external wall system (EWS) of a residential building, and subsequently carry out replacement or remediation of existing external cladding systems.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 20
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 30
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC/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.
Rhif y Lot 10
II.2.1) Teitl
Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures
II.2.2) Cod(au) CPV ychwanegol
35111500
35111510
35111520
31625200
35111300
35111320
39525400
44482000
45312100
44221220
45343000
45343100
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can cover multiple services that cover the installation of passive, active or suppression fire measures either via direct labour or via sub-contractor where they will act as principal contractors.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 20
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 30
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC/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.
Rhif y Lot 11
II.2.1) Teitl
Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures
II.2.2) Cod(au) CPV ychwanegol
35111500
44221220
44482000
45343000
45343100
31625200
35111300
35111320
39525400
50413200
35111510
35111520
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can cover multiple services that cover the service, maintenance and reactive support of passive, active or suppression fire measures either via direct labour or via sub-contractor where they will act as principal contractors.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 20
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 30
Maes prawf ansawdd: Regional Capability
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC/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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
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) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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)
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
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: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2023/S 000-005012
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
10/08/2023
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
10/08/2023
Amser lleol: 14:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the 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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Ffôn: +44 2079477501
VI.5) Dyddiad anfon yr hysbysiad hwn
22/06/2023