Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Retrofit and Decarbonisation Framework

  • First published: 29 April 2024
  • Last modified: 29 April 2024

Contents

Summary

OCID:
ocds-kuma6s-141010
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
29 April 2024
Deadline date:
21 June 2024
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

LHC Procurement Group is seeking suitable organisations for our Retrofit and Decarbonisation Framework Works Framework N9. This new Framework will replace LHC's successful Energy Efficiency Framework (N8) and our Energy Efficiency Consultancy Framework (N8C). The Retrofit and Decarbonisation Framework will provide our clients with access to a range of retrofit and decarbonisation measures on their journey to achieving net zero targets. This Framework consists of the following workstreams, and lots within them: WORKSTREAM 1 - CONSULTANCY SERVICES Lot 1 - Energy Policy/Strategy and Grant Funding Support Lot 2 - Management Agent / Multi-Disciplinary Consultancy Lot 3 - PAS 2035 (Domestic Building Audits and Heat Decarbonisation Plans) Lot 4 - PAS 2038 (Commercial Building Audits and Heat Decarbonisation Plans) WORKSTREAM 2 - MULTI-DISCIPLINARY WORKS Lot 5 - Multi-Disciplinary Works - 0 to 750K Lot 6 - Multi-Disciplinary Works - 750K to 2.5m Lot 7 - Multi-Disciplinary Works - 2.5m plus WORKSTREAM 3 BUILDING INSULATION Lot 8 - Internal Insulation Lot 9 - Loft Insulation Lot 10 - Cavity Wall Insulation Lot 11 - External Wall Insulation - up to 11m Lot 12 - External Wall Insulation - 11m and Higher Lot 13 - Rainscreen Cladding WORKSTREAM 4 HEATING AND VENTILATION SYSTEMS Lot 14 - Domestic Boiler Based Space Heating Systems Lot 15 - Domestic Renewables Space Heating Systems Lot 16 - Commercial and Communal Heating Systems Lot 17 - District and Network Heating Systems Lot 18 - Electrical Space Heating Systems Lot 19 - Building Ventilation Systems WORKSTREAM 5 BUILDING CONTROL AND MANAGEMENT SYSTEMS Lot 20 - Building Management Systems Lot 21 - Individual Metering WORKSTREAM 6 - SOLAR PV AND ELECTRICAL Lot 22 - Solar PV and Electrical Energy Storage Systems (EESS) Lot 23 - EV Charging Further descriptions of each lot are set out later in the notice and tender documentation provided. In order to encourage SME Bidders, for a number of lots within this framework LHC are reserving two places for micro or small enterprises, details of the number of appointees are set out within each lot. Additionally, whilst this is a national framework, each lot is broken down into a number of regional areas allowing bidders to apply for this framework in the regional areas most suited to them. CPV: 45453100, 71314300, 71314300, 71314300, 71314300, 45453000, 45453000, 45453000, 45320000, 45320000, 45320000, 45320000, 45320000, 45320000, 45331000, 45331000, 45331000, 45331000, 45331000, 45331000, 45331000, 45331000, 09330000, 51110000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC Procurement Group for the Welsh Procurement Alliance (WPA)

2-4 Vine Street

Uxbridge

UB8 1QE

UK

Telephone: +44 1895274800

E-mail: procurement@lhcprocure.org.uk

NUTS: UK

Internet address(es)

Main address: http://www.lhcprocure.org.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/lhc/aspx/ProjectManage/18


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/18


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Public Sector Framework Provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Retrofit and Decarbonisation Framework

Reference number: N9

II.1.2) Main CPV code

45453100

 

II.1.3) Type of contract

Works

II.1.4) Short description

LHC Procurement Group is seeking suitable organisations for our Retrofit and Decarbonisation Framework Works Framework N9. This new Framework will replace LHC's successful Energy Efficiency Framework (N8) and our Energy Efficiency Consultancy Framework (N8C).

The Retrofit and Decarbonisation Framework will provide our clients with access to a range of retrofit and decarbonisation measures on their journey to achieving net zero targets.

This Framework consists of the following workstreams, and lots within them:

WORKSTREAM 1 - CONSULTANCY SERVICES

Lot 1 - Energy Policy/Strategy and Grant Funding Support

Lot 2 - Management Agent / Multi-Disciplinary Consultancy

Lot 3 - PAS 2035 (Domestic Building Audits and Heat Decarbonisation Plans)

Lot 4 - PAS 2038 (Commercial Building Audits and Heat Decarbonisation Plans)

WORKSTREAM 2 - MULTI-DISCIPLINARY WORKS

Lot 5 - Multi-Disciplinary Works - 0 to 750K

Lot 6 - Multi-Disciplinary Works - 750K to 2.5m

Lot 7 - Multi-Disciplinary Works - 2.5m plus

WORKSTREAM 3 BUILDING INSULATION

Lot 8 - Internal Insulation

Lot 9 - Loft Insulation

Lot 10 - Cavity Wall Insulation

Lot 11 - External Wall Insulation - up to 11m

Lot 12 - External Wall Insulation - 11m and Higher

Lot 13 - Rainscreen Cladding

WORKSTREAM 4 HEATING AND VENTILATION SYSTEMS

Lot 14 - Domestic Boiler Based Space Heating Systems

Lot 15 - Domestic Renewables Space Heating Systems

Lot 16 - Commercial and Communal Heating Systems

Lot 17 - District and Network Heating Systems

Lot 18 - Electrical Space Heating Systems

Lot 19 - Building Ventilation Systems

WORKSTREAM 5 BUILDING CONTROL AND MANAGEMENT SYSTEMS

Lot 20 - Building Management Systems

Lot 21 - Individual Metering

WORKSTREAM 6 - SOLAR PV AND ELECTRICAL

Lot 22 - Solar PV and Electrical Energy Storage Systems (EESS)

Lot 23 - EV Charging

Further descriptions of each lot are set out later in the notice and tender documentation provided.

In order to encourage SME Bidders, for a number of lots within this framework LHC are reserving two places for micro or small enterprises, details of the number of appointees are set out within each lot.

Additionally, whilst this is a national framework, each lot is broken down into a number of regional areas allowing bidders to apply for this framework in the regional areas most suited to them.

II.1.5) Estimated total value

Value excluding VAT: 80 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Energy Policy/Strategy and Grant Funding Support

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot provides an integrated approach to supporting organisations in developing and implementing comprehensive energy policies and strategies and additional support in energy efficiency, retrofit and decarbonisation. It focuses on facilitating comprehensive long-term planning, access to government funding, and strategic development of organisations retrofit and decarbonisation plans.

Services within this lot will include guidance on strategy formulation, energy policy development, and navigating funding opportunities. This may include assistance from the early planning stages through the identification, application, and management of funding processes to support sustainable energy development initiatives.

Consultants appointed to this lot may be required to provide tailored advice and strategic planning assistance to assist the organisation as a whole, or project specific advice. Their role may cover the evaluation of energy policy needs, alignment with strategic objectives, and adherence to relevant standards and regulations.

Services required may also include client training such as retrofit awareness and grant funding application training.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to six (6) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 2

II.2.1) Title

Management Agent / Multi-Disciplinary Consultancy

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot provides for external managing agent / consultancy to oversee and manage the delivery of all aspects of a retrofit project or programme.

Working closely with the client, the managing agent will provide a turnkey service to delivering retrofit projects on behalf of the client from inception through to business case, design, completion and handover, including principal designer and/or contracting responsibilities where required. This may include identifying, applying for and managing grant funding or other revenue streams to help build the business case for the project.

Typical services that would fall under the scope of organisations being appointed to this lot include (but not limited to):

- Surveys and other associated analysis

- Development of the business case and options appraisal

- Support with grant funding applications and reporting

- Support with any planning or other applications

- Overall management of the project from end to end including resident or community engagement

- Sourcing of any installation sub-contractor and/or other specialists

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Where appropriate all specialist works required for the delivery of the project may be sourced from one of the companies that have been appointed to the N9 framework lots 5 - 23, or any other relevant LHC framework arrangement such as our windows and doors, roofing or other frameworks.

Where not using an LHC appointed company all works should be carried out in line with the standards and specification set out in the relevant N9 specification and all installation services and products offered will be required to comply with all relevant International, European and British regulations and standards.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standards for installation of a range of retrofit works typical of the multi-disciplinary projects envisaged will be procured through this lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to six (6) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework

Lot No: 3

II.2.1) Title

PAS 2035 (Domestic Building Audits and Heat Decarbonisation Plans)

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the supply of PAS 2035 retrofit professionals for providing advice and consultancy services on retrofit projects covered under the PAS 2035 Standards for domestic buildings. Included in this workstream are the tasks of delivering PAS 2035 compliance through various stages, from initial building assessments and energy efficiency consultations to the application of retrofitting measures and the integration of multi-disciplinary retrofit strategies.

The consultancy will cover the entire process, offering expert advice, planning, and implementation services to ensure the retrofitting projects align with the PAS 2035 framework and contribute to the client's carbon reduction goals.

Services required may also include client training such as retrofit and PAS 2035 awareness training.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to six (6) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework

Lot No: 4

II.2.1) Title

PAS 2038 (Commercial Building Audits and Heat Decarbonisation Plans)

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This workstream focuses on delivering expert consultancy for retrofitting projects in alignment with PAS 2038 standards, specifically targeting non-domestic buildings.

The primary goal is to enhance energy efficiency and performance across a variety of structures, from office buildings to multi-residential facilities with communal spaces. The consultancy adopts a comprehensive approach to retrofitting, ensuring the improvements align with the building's functional requirements and sustainability goals.

The consultancy will cover the entire process, offering expert advice, planning, and implementation services to ensure the retrofitting projects align with the PAS 2038 framework and contribute to the client's carbon reduction goals.

Services required may also include client training such as retrofit and PAS 2038 awareness training.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to six (6) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework

Lot No: 5

II.2.1) Title

Multi-Disciplinary Retrofit Works 0 to 750k

II.2.2) Additional CPV code(s)

45453000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can provide a range of retrofit and decarbonisation services under a single contract, taking a fabric first approach.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

This lot is for multi-disciplinary projects or programmes with a value of up to 750,000 GBP and as such LHC's intention is that this lot will be suitable for bidding by SMEs.

Companies appointed to this lot will be able to offer client's an end to end installation and commissioning of retrofit and decarbonisation services either via direct labour or via specialist sub-contractors with the appointed companies to this lot capable of being appointed as principal designer and/or principal contractor.

Projects delivered through this lot will typically encompass a range of measures covered in lots 8 - 23, but ensuring a fabric first approach, the scope of this lot also allows for any other works required for the retrofit of a building.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems, components and supply chain), specification development, installation of appropriate systems and components, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management, and administration activities as detailed in this specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Where appropriate all specialist works required for the delivery of the project may be sourced from one of the companies that have been appointed to the N9 framework lots 5 - 23, or any other relevant LHC framework arrangement such as our windows and doors, roofing or other frameworks.

Where not using an LHC appointed company all works should be carried out in line with the standards and specification set out in the relevant N9 specification and all installation services and products offered will be required to comply with all relevant International, European and British regulations and standards.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standards for installation of a range of retrofit works typical of the multi-disciplinary projects envisaged will be procured through this lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 6

II.2.1) Title

Multi-Disciplinary Retrofit Works 750k to 2.5m

II.2.2) Additional CPV code(s)

45453000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can provide a range of retrofit and decarbonisation works under a single project / contract, taking a fabric first approach.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

This lot is for medium to large multi-disciplinary projects or programmes with a value of between 750,000 and 2.5million GBP, and as such LHC's intention is that this lot will be suitable for a range of small and medium sized contractors.

Companies appointed to this lot will be able to offer client's an end to end installation and commissioning of retrofit and decarbonisation services either via direct labour or via specialist sub-contractors with the appointed companies to this lot capable of being appointed as principal designer and/or principal contractor.

Projects delivered through this lot will typically encompass a range of measures covered in lots 8 - 23, but ensuring a fabric first approach the scope of this lot also allows for any other works required for the retrofit of a building.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems, components and supply chain), specification development, installation of appropriate systems and components, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management, and administration activities as detailed in this specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Where appropriate all specialist works required for the delivery of the project may be sourced from one of the companies that have been appointed to the N9 framework lots 5 - 23, or any other relevant LHC framework arrangement such as our windows and doors, roofing or other frameworks.

Where not using an LHC appointed company all works should be carried out in line with the standards and specification set out in the relevant N9 specification and all installation services and products offered will be required to comply with all relevant International, European and British regulations and standards.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standards for installation of a range of retrofit works typical of the multi-disciplinary projects envisaged will be procured through this lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 7

II.2.1) Title

Multi-Disciplinary Retrofit Works 2.5m plus

II.2.2) Additional CPV code(s)

45453000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can provide a range of retrofit and decarbonisation services under a single contract, taking a fabric first approach.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

This lot is for medium to large multi-disciplinary projects or programmes with a value in excess of 2.5million GBP, and as such LHC's intention is that this lot will be suitable for a range of medium sized to large contractors.

Companies appointed to this lot will be able to offer client's an end to end installation and commissioning of retrofit and decarbonisation services either via direct labour or via specialist sub-contractors, with the appointed companies to this lot capable of being appointed as principal designer and/or principal contractor.

Projects delivered through this lot will typically encompass a range of measures covered in lots 8 - 23, but ensuring a fabric first approach the scope of this lot also allows for any other works required for the retrofit of a building.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of appropriate systems and components, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management, and administration activities as detailed in this specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Where appropriate all specialist works required for the delivery of the project may be sourced from one of the companies that have been appointed to the N9 framework lots 8 - 23, or any other relevant LHC framework arrangement such as our windows and doors, roofing or other frameworks.

Where not using an LHC appointed company all works should be carried out in line with the standards and specification set out in the relevant N9 specification and all installation services and products offered will be required to comply with all relevant International, European and British regulations and standards.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standards for installation of a range of retrofit works typical of the multi-disciplinary projects envisaged will be procured through this lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 8

II.2.1) Title

Internal Insulation

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot encompasses all internal elements of insulation, incorporating internal wall, pipe, tanks, radiators and floor insulation. This specification also includes specific measures for draft proofing for internal elements of the property.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Installations will involve the application of insulation materials to internal walls, pipes, tanks, radiators and floors, coordinating with the structural requirements, and ensuring proper integration of these insulation components. This includes all necessary fabrications, installations, and interface works to meet technical specifications.

Companies appointed to this lot shall be responsible for all management, administration, surveys, and aftercare as detailed in the specification. This includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 9

II.2.1) Title

Loft Insulation

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers all aspects of loft insulation, encompassing the insulation of loft spaces, including the roof and associated areas. Installations will involve applying insulation materials to loft spaces, coordinating with structural requirements, and ensuring proper integration with the building's roof and loft structure. This includes all necessary fabrications, installations, and interface works to meet technical specifications.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of appropriate systems and components, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management and administration activities as detailed in the specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 10

II.2.1) Title

Cavity Wall Insulation

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers all aspects of cavity wall insulation, focusing on insulating the spaces within building walls. Installations will involve applying insulation materials to internal cavity walls, coordinating with structural requirements, and ensuring proper integration with the building's structure. This includes all necessary fabrications, installations, making good and interface works to meet technical specifications. This may require the safe removal and disposal of existing materials from the building before a new system is fitted.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management and administration activities as detailed in the specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 11

II.2.1) Title

External Wall Insulation - up to 11m

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the retrofitting of external wall insulation (EWI) on buildings up to 11 metres in height.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes. Installations will involve preparing the existing wall, applying insulation materials, and completing the process with suitable render or cladding. This may require the safe removal and disposal of existing EWI materials from the building before a new system is fitted.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management and administration activities as detailed in the specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 12

II.2.1) Title

External Wall Insulation 11m and Higher

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the retrofitting of external wall insulation (EWI) on buildings of 11 metres and over, adhering to the specific requirements and regulations for higher structures. This includes preparing the existing wall, applying insulation materials, and completing the process with suitable render or cladding. This may require the safe removal and disposal of existing EWI materials from the building before a new system is fitted.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all management, administration, surveys, and aftercare as detailed in the specification. This includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Where available and as requested by the client, the scope for this lot can extend also to ongoing inspection, servicing and maintenance provided by the appointed company who carried out the installation.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to six (6) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 13

II.2.1) Title

Rainscreen Cladding

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This workstream covers the assessment, design retrofitting of rainscreen cladding systems. This may be a new cladding system applied to the building or the removal, disposal and replacement of an existing cladding system. Installations will involve preparing the existing wall, applying insulation materials, and completing the process with a suitable rainscreen cladding.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management and administration activities as detailed in the specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to six (6) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 14

II.2.1) Title

Domestic Boiler Based Space Heating Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of domestic boiler based heating systems for central heating, hot water, and other related applications. Typically this will be gas and oil based systems but may also include alternative fuel systems such as biomass and emerging technologies such as hydrogen blend.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems and components), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 15

II.2.1) Title

Domestic Renewables Space Heating Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of a range of renewable energy based domestic systems for central heating, hot water, and other related applications. Typically this will be air source heat pump and ground source heat pump systems but may also include other current renewable space heating technologies and emerging technologies during the life of this framework.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems and components), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 16

II.2.1) Title

Commercial and Communal Heating Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of communal and commercial systems for central heating, hot water, and other related applications within a range of building types. The systems installed within this lot will typically be large central systems servicing a number of dwellings or units within a single buildings or site.

Typically this will be gas and oil based systems but may also include alternative fuel systems such as biomass, ground source and other emerging technologies such as hydrogen blend.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include surveying, assessment, and design, the selection of new systems and components, specification of installer requirements, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 17

II.2.1) Title

District and Network Heating Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of district and network systems for central heating, hot water, and other related applications within a range of building types. The systems installed within this lot will typically be large central systems servicing a number of buildings on a network / grid based distribution system.

Typically this will be gas and oil based systems but may also include alternative fuel systems such as biomass, ground source and other emerging technologies such as hydrogen blend.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems and components), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 18

II.2.1) Title

Electrical Space Heating Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of a range of electrical space heating systems. Typically this will be electrical storage heaters, panel heaters, infrared systems and electric radiators but may also include other current electrical heating technologies (such as underfloor) and other emerging electric heating technologies.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include surveying, assessment, and design, the selection of new systems and components, specification of installer requirements, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 19

II.2.1) Title

Building Ventilation Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of suitable ventilation systems to maintain correct air flow, moisture and humidity control within a range of building types, including residential, commercial, and institutional structures, and encompasses both new builds and existing properties.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems and components), specification development, installation of systems, and thorough commissioning, testing, and handover processes. Typically works may include installation of both passive and active ventilation systems

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Where available and as requested by the client, the scope for this lot can extend also to ongoing inspection, servicing and maintenance provided by the appointed company who carried out the installation.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 20

II.2.1) Title

Building Management Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the design, selection, installation and commissioning of suitable building management systems to enable building owners to operate and maintain a range of mechanical and electrical systems within their buildings to ensure optimised performance, occupant comfort and minimised energy usage.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include surveying, assessment, and design, the selection of new systems and components, specification of installer requirements, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 21

II.2.1) Title

Individual Metering

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the installation of a range of retrofitted individual metering systems, aimed at accurately monitoring and managing energy and resource consumption within existing communal heating systems, domestic properties, commercial, and public buildings. The installations of these systems help building owners better understand the energy usage within their buildings and where appropriate, apportion energy usage bills accordingly to the usage patterns of individual departments, occupants or residents etc.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems and components), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Works will typically involve adapting existing systems to accommodate the individual meters and/or smart meters, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding (such as smart controls)

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 22

II.2.1) Title

Solar PV and Electrical Energy Storage Systems (EESS)

II.2.2) Additional CPV code(s)

09330000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the design, selection, installation and commissioning of a range of solar PV and electrical energy storage systems (EESS). Projects may require both solar PV and EESS or may be the installation of standalone solar PV or EESS systems.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include surveying, assessment, and design, the selection of new systems and components, specification of installer requirements, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

Bidders for this lot will be expected to be able to demonstrate compliance with the appropriate PAS2030 standard for installation of the systems outlined in this lot, or, commit to achieving the relevant PAS 2030 accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area waith two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 23

II.2.1) Title

EV Charging

II.2.2) Additional CPV code(s)

51110000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot is intended to cover the installation of both AC and DC dedicated electric vehicle supply and charging equipment (EVSE) for the charging of pure electric vehicles (EV) and plug in electric road vehicles as well as extended range vehicles as may be installed or specified. The scope of installations within this lot may also extend to other EV chargers such as for mobility scooters, bicycles and electric scooters.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new build properties.

Key tasks include surveying, assessment, and design, the selection of new systems and components, specification of installer requirements, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

Bidders for this lot will be expected to be an approved OZEV installer, or, commit to achieving the OZEV accreditation within 2 years of being appointed to the framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area with two (2) of the places being reserved for micro or small organisations, to ensure Clients have adequate service coverage within each region.

LHC reserve the right to appoint additional bidders where LHC 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 registers

List and brief description of conditions:

Bidders will be required to demonstrate they have the appropriate competencies and hold specific qualifications and/or accreditations as appropriate for the scope of services expected to be delivered through each lot.

Examples include PAS2035, NICEIC, Gas Safe, MCS etc. Specific requirements are all set out in the specification and/or the assessment questions for each individual lot, and any mandatory requirements are made clear in the assessment questions.

For a number of the installation lots, LHC are requesting that bidders either already hold, or, commit to gaining PAS2030 accreditation for the lots they are applying for in order to be considered for this framework. Please refer to the tender documentation for further information on this.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

LHC will assess the Bidder's suitability to be considered for the Framework in terms of their financial capacity, technical capability and good standing as an organisation. This will be carried out in 5 steps as follows:

Step 1 - Completeness of submission

Step 2 - Assessment of the qualification criteria

Step 3 - Financial stability assessment

Step 4 - Insurance requirements

Step 5 - Accreditations and certifications

For the financial stability assessment, LHCs' financial team will undertake the following process to carry out a robust assessment of a Bidders' financial standing:

1) Credit score - LHC use Creditsafe to carry out initial checking of a Bidders' financial status and help inform the subsequent assessments carried out by LHC. Should any financial risk or low score be flagged within the Creditsafe information, LHC may also review independent reports from other credit referencing agencies such as Equifax, Dunn and Bradstreet, and Baker Tilly to help inform our assessment.

2) Annual Turnover - Bidders will be assessed based on their average annual turnover for the past 3 years by comparison to the minimum turnover requirements set out in the contract notice and/or tender document documents for the lot/s they have applied for.

3) 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


Minimum level(s) of standards required:

Minimum annual turnover requirements range from 0-3.5M GBP depending on the lot. Please refer to the ITT document for the full breakdown.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project

LHC will require the relevant appointed company to provide project performance data and the achievement of social value linked to the project based on a standardised set of key performance metrics.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The 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 procedure

Notice number in the OJ S:

2023/S 000-023939

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/06/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 21/06/2024

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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 Scottish Procurement Alliance, Welsh 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=141010.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

N/A

(WA Ref:141010)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

29/04/2024

Coding

Commodity categories

ID Title Parent category
71314300 Energy-efficiency consultancy services Energy and related services
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
45320000 Insulation work Building installation work
45453000 Overhaul and refurbishment work Other building completion work
45453100 Refurbishment work Overhaul and refurbishment work
09330000 Solar energy Electricity, heating, solar and nuclear energy

Delivery locations

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

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@lhcprocure.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.