Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

SF02 Hysbysiad Contract

Fire Safety Framework

  • Cyhoeddwyd gyntaf: 22 Mehefin 2023
  • Wedi'i addasu ddiwethaf: 11 Gorffennaf 2023

Cynnwys

Crynodeb

OCID:
ocds-kuma6s-131802
Cyhoeddwyd gan:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
ID Awudurdod:
AA61405
Dyddiad cyhoeddi:
22 Mehefin 2023
Dyddiad Cau:
24 Awst 2023
Math o hysbysiad:
SF02 Hysbysiad Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

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 CPV: 71315200, 71315100, 71317100, 71317210, 79417000, 75251110, 44221220, 35111500, 44482000, 45343000, 45343100, 31625200, 35111300, 35111320, 39525400, 50413200, 35111500, 35111510, 35111520, 35111500, 44221220, 44482000, 45343000, 45343100, 31625200, 35111300, 35111320, 39525400, 50413200, 35111510, 35111520, 35111500, 35111510, 35111520, 31625200, 35111300, 35111320, 39525400, 44482000, 45312100, 44221220, 45343000, 45343100, 31625200, 35111300, 35111320, 39525400, 44482000, 45312100, 75251110, 71313410, 44212381, 45262650, 35111500, 35111510, 35111520, 75251110.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
39525400 Blancedi tân Eitemau tecstil gwneuthuredig amrywiol
44212381 Cladin Cynhyrchion a chydrannau strwythurol heblaw adeiladau parod
35111300 Diffoddwyr tân Cyfarpar diffodd tân
35111320 Diffoddwyr tân cludadwy Cyfarpar diffodd tân
44221220 Drysau tân Ffenestri, drysau ac eitemau cysylltiedig
44482000 Dyfeisiau diogelu rhag tân Cyfarpar diogelu rhag tân amrywiol
35111520 Ewyn atal tân neu gyfansoddion tebyg Cyfarpar diffodd tân
45343100 Gwaith diogelu rhag tân Gwaith gosod mesurau atal tân
45262650 Gwaith gosod cladin Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45343000 Gwaith gosod mesurau atal tân Gwaith gosod ffensys, rheiliau a chyfarpar diogelwch
45312100 Gwaith gosod systemau larwm tân Gwaith gosod systemau larwm ac antenâu
75251110 Gwasanaethau atal tân Gwasanaethau brigâd dân
50413200 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar diffodd tân Gwasanaethau atgyweirio a chynnal a chadw cyfarpar gwirio
71313410 Gwasanaethau difinio dwr Gwasanaethau ymgynghori ar beirianneg amgylcheddol
71315200 Gwasanaethau ymgynghori ar adeiladau Gwasanaethau adeiladu
71315100 Gwasanaethau ymgynghori ar adeiladwaith adeiladau Gwasanaethau adeiladu
71317100 Gwasanaethau ymgynghori ar ddiogelu rhag tân a ffrwydradau a’u rheoli Gwasanaethau ymgynghori ar ddiogelu rhag peryglon a’u rheoli
79417000 Gwasanaethau ymgynghori ar ddiogelwch Gwasanaethau ymgynghori ar fusnes a rheoli
71317210 Gwasanaethau ymgynghori ar iechyd a diogelwch Gwasanaethau ymgynghori ar ddiogelu rhag peryglon a’u rheoli
35111510 Offer llaw atal tân Cyfarpar diffodd tân
35111500 System atal tân Cyfarpar diffodd tân
31625200 Systemau larwm tân Larymau lladron a thân

Lleoliadau Dosbarthu

ID Disgrifiad
1018 Abertawe
1022 Caerdydd a Bro Morgannwg
1013 Conwy a Sir Ddinbych
1015 Cymoedd Canalog (Merthyr Tudful, Rhondda Cynon Taf)
1016 Cymoedd Gwent (Torfaen, Blaenau Gwent, Caerffili)
1000 CYMRU
1014 De-orllewin Cymru (Sir Gaerfyrddin, Sir Benfro, Ceredigion)
1020 Dwyrain Cymru
1010 Gorllewin Cymru a'r Cymoedd
1012 Gwynedd
1017 Pen-y-bont ar Ogwr a Castell-Nedd Port Talbot
1024 Powys
1021 Sir Fynwy a Chasnewydd
1023 Sir y Fflint a Wrecsam
1011 Ynys Môn

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Teulu dogfennau

Manylion hysbysiad
Dyddiad cyhoeddi:
22 Mehefin 2023
Dyddiad Cau:
24 Awst 2023 00:00
Math o hysbysiad:
SF02 Hysbysiad Contract
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Dyddiad cyhoeddi:
11 Gorffennaf 2023
Math o hysbysiad:
SF14 Corrigendwm
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Dyddiad cyhoeddi:
02 Ebrill 2024
Math o hysbysiad:
SF03 Hysbysiad Dyfarnu Contract - Cyflenwr(wyr) Llwyddiannus
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@lhcprocure.org.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
11/07/2023 16:39
Notice date(s) changed
IV.2.2) Time limit
Old date: 10/08/2023 12:00
New date: 24/08/2023 12:00

IV.2.7) Conditions for opening of tenders
Old date: 10/08/2023 14:00
New date: 24/08/2023 14:00

Tender deadline extension granted

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.