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.

03 Contract Award Notice - Successful Supplier(s)

Asset Safety and Compliance Framework

  • First published: 04 September 2023
  • Last modified: 04 September 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-134456
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
04 September 2023
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This framework covers the geographical area of Wales and has been procured on behalf of: Welsh Procurement Alliance (WPA) This new framework replaces our previous asbestos and vacant property protection framework agreements, and extends the scope to additional safety and compliance services. The framework consists of 5 (five) workstreams and each workstream has multiple lots. As follows: Workstream 1 - Asbestos Consultancy, Surveys, and Removal Lot 1a - Asbestos Consultancy Lot 1b - Asbestos Surveys and Testing Lot 1c - Asbestos Removals and Remedial Workstream 2 - Property Protection and Associated Services Lot 2a - Property Protection and Associated Services Workstream 3 - Water Testing, Treatment and Management Lot 3a - Water Hygiene Testing and Consultancy Lot 3b - Water System Maintenance, Remedials and Associated Services Workstream 4 - Heating, Ventilation and Air Conditioning Compliance, Servicing & Maintenance Lot 4a - Gas Heating Systems Inspection, Servicing & Remedial (Domestic) Lot 4b - Gas Heating Systems Inspection, Servicing & Remedial (Commercial) Lot 4c - Ventilation Systems Inspection, Servicing and Maintenance Lot 4d - HVAC (Air Conditioning) Servicing and Maintenance Workstream 5 - Electrical Testing and Associated Services Lot 5a - Fixed Wire Testing (EICR) and Remedials Lot 5b - Portable Appliance Testing This framework agreement will commence on the 4th September 2023 and will last for 48 months. CPV: 71315000, 71315200, 45262660, 71317210, 90650000, 79417000, 45214620, 71315300, 71600000, 79311000, 90650000, 45262660, 90650000, 45111213, 70331000, 70332000, 77312000, 79711000, 90911200, 38910000, 45232430, 71600000, 42912310, 42912330, 45232430, 51514110, 71800000, 90733000, 09323000, 31161200, 39721410, 39721411, 42515000, 50511200, 50531100, 50531200, 50720000, 71314310, 39717000, 42512000, 45331000, 45310000, 50532000, 50711000, 71314100, 71630000, 38500000, 38900000, 45310000, 50532000, 50711000, 71314100, 71630000.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

LHC Procurement Group for the Welsh Procurement Alliance (WPA)

14601330

Royal House. 2-4 Vine Street

Uxbridge

UB8 1QE

UK

Telephone: +44 1895274800

E-mail: procurement@lhcprocure.org.uk

NUTS: UK

Internet address(es)

Main address: 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.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

Asset Safety and Compliance Framework

Reference number: ASC1

II.1.2) Main CPV code

71315000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This framework covers the geographical area of Wales and has been procured on behalf of:

Welsh Procurement Alliance (WPA)

This new framework replaces our previous asbestos and vacant property protection framework agreements, and extends the scope to additional safety and compliance services.

The framework consists of 5 (five) workstreams and each workstream has multiple lots.

As follows:

Workstream 1 - Asbestos Consultancy, Surveys, and Removal

Lot 1a - Asbestos Consultancy

Lot 1b - Asbestos Surveys and Testing

Lot 1c - Asbestos Removals and Remedial

Workstream 2 - Property Protection and Associated Services

Lot 2a - Property Protection and Associated Services

Workstream 3 - Water Testing, Treatment and Management

Lot 3a - Water Hygiene Testing and Consultancy

Lot 3b - Water System Maintenance, Remedials and Associated Services

Workstream 4 - Heating, Ventilation and Air Conditioning Compliance, Servicing & Maintenance

Lot 4a - Gas Heating Systems Inspection, Servicing & Remedial (Domestic)

Lot 4b - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)

Lot 4c - Ventilation Systems Inspection, Servicing and Maintenance

Lot 4d - HVAC (Air Conditioning) Servicing and Maintenance

Workstream 5 - Electrical Testing and Associated Services

Lot 5a - Fixed Wire Testing (EICR) and Remedials

Lot 5b - Portable Appliance Testing

This framework agreement will commence on the 4th September 2023 and will last for 48 months.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 10 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

1A - Asbestos Consultancy

II.2.2) Additional CPV code(s)

71315200

45262660

71317210

90650000

79417000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 1A covers Asbestos Consultancy and offers organisations who provide specialist asbestos consultancy services to assist partners with the management of asbestos within their properties.

The scope of this lot includes:

> Desktop reviews of asbestos management plans

> Asbestos management plans

> Priority risk assessment inclusive of action plans

> Asbestos awareness training

> Duty to manage training

> Contaminated land consultancy

> Project management consultancy for managing removal works

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Technical Capability / Weighting: 30%

Price / Weighting:  30%

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

Lot No: 2

II.2.1) Title

1B - Asbestos Surveys & Testing

II.2.2) Additional CPV code(s)

45214620

71315300

71600000

79311000

90650000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 1B covers Asbestos survey and testing services offering experienced organisations who provide specialist asbestos sampling, testing and analysis services to assist partners with the management of asbestos within their properties.

The scope of this lot will include:

> Asbestos Management Surveys

> Asbestos Refurbishment & Demolition Surveys

> Reinspection Surveys

> Air monitoring and 4 stage clearance

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Technical Capability / Weighting: 30%

Price / Weighting:  30%

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

Lot No: 3

II.2.1) Title

1C - Asbestos Removal & Disposal Works

II.2.2) Additional CPV code(s)

45262660

90650000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Workstream 1C covers Asbestos Consultancy offering experienced organisations who provide specialist asbestos management services to assist partners with the containment, protection and removal of asbestos within their properties.

The scope of this lot will include:

> Asbestos remediation, removal and encapsulation / protection works

> Disposal of asbestos containing materials

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Technical Capability / Weighting: 30%

Price / Weighting:  30%

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

Lot No: 4

II.2.1) Title

2A - Property Protection and Associated Services

II.2.2) Additional CPV code(s)

45111213

70331000

70332000

77312000

79711000

90911200

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 2A covers property protection and associated services offering experienced organisations who provide a wide range of specialist property protection and associated services for both vacant and occupied properties.

The scope of this lot will include:

> Installation of physical security such as security screens, doors, barricades and fencing

> Installation of CCTV and other electronic access control and alarm systems

> Utilities shut off, drain down and recommission

> Boarding up services

> Internal and external property general cleaning and clearance services

> Specialist cleaning services

> Mould treatment and management

> Pest control

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Technical Capability / Weighting: 30%

Price / Weighting:  30%

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

Lot No: 5

II.2.1) Title

3A - Water Hygiene Testing and Consultancy

II.2.2) Additional CPV code(s)

38910000

45232430

71600000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 3A covers water hygiene testing and consultancy offering experienced organisations who can provide specialist water hygiene testing, advice and consultancy services to assist partner with the management of risk related to legionella and other water borne pathogens.

The scope of this lot will include:

> Independent consultancy and advice on water risk management plans and procedures (new and existing plans)

> Legionella risk assessment services

> Water testing and analytical services

> Legionella and water risk awareness training

> Providing guidance on remedial actions to reduce exposure

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Technical Capability / Weighting: 30%

Price / Weighting:  30%

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

Lot No: 6

II.2.1) Title

3B - Water System Maintenance, Remedials and Associated Services

II.2.2) Additional CPV code(s)

42912310

42912330

45232430

51514110

71800000

90733000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 3B covers water system maintenance, remedials and associated services offering experienced organisations who can provide specialist water maintenance services to assist partners with the proactive management of their water systems within their properties to reduce the risk of legionella and other water borne pathogens.

The scope of this lot will include:

> Implementation of legionella prevention management plans

> Installation and maintenance of water system cleansing, filtration and other treatment systems

> Hydrostatic pressure testing

> New mains and internal water system chlorination service

> Closed system flushing, dosing, and analysis

> TMV (Thermostatic Mixing Valves) and filter installation, service and maintenance

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Technical Capability / Weighting: 30%

Price / Weighting:  30%

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

Lot No: 7

II.2.1) Title

4B - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)

II.2.2) Additional CPV code(s)

09323000

31161200

39721410

39721411

42515000

50511200

50531100

50531200

50720000

71314310

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 4B covers gas safety & heating systems inspection, servicing & remedial (commercial) services offering experienced organisations who can provide commercial / non domestic gas inspection (LGSR), servicing, maintenance, and remedial services to assist partners with the management of their non domestic gas appliances within their properties.

The scope of this lot will include:

> Annual inspection of commercial / non domestic gas burning and heating system appliances

> Responsive maintenance works, both proactive and reactive

> Installations of replacement systems, either in part or full

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Technical Capability / Weighting: 30%

Price / Weighting:  30%

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

Lot No: 8

II.2.1) Title

4D - HVAC (Air Conditioning) Servicing and Maintenance

II.2.2) Additional CPV code(s)

39717000

42512000

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 4D covers HVAC systems inspection, servicing and maintenance offering experienced organisations who can provide inspection, servicing, maintenance, and remedial services for a range of heating, ventilation and air conditioning (HVAC) systems within their properties.

The scope of this lot will include:

> Annual inspection services

> Maintenance works, both proactive and reactive

> Installation of replacement systems either in part or full

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Technical Capability / Weighting: 30%

Price / Weighting:  30%

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

Lot No: 9

II.2.1) Title

5A - Fixed Wire Testing (EICR) and Remedials

II.2.2) Additional CPV code(s)

45310000

50532000

50711000

71314100

71630000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 5A covers fixed wire testing (EICR) and associated remedial works offering experienced organisations who can provide periodic inspection and testing of electrical installations within their properties, and the provision of EICRs. In addition (where requested) clients may require remedial of faults identified during inspection.

Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:

> Testing and certification of electrical installations and provision of electrical safety certificates

> Testing and certification of associated electrical elements (e.g. EV chargers)

> Remedials and replacements of electrical components

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Technical Capability / Weighting: 30%

Price / Weighting:  30%

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

Lot No: 10

II.2.1) Title

5B - Portable Appliance Testing (PAT)

II.2.2) Additional CPV code(s)

38500000

38900000

45310000

50532000

50711000

71314100

71630000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 5B covers portable appliance testing (PAT) offering experienced organisations who can provide inspection, testing and certification of portable electrical appliances and equipment.

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 20%

Quality criterion: Regional Capability / Weighting: 20%

Quality criterion: Technical Capability / Weighting: 30%

Price / Weighting:  30%

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

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

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 000-002838

Section V: Award of contract

Lot No: 1

Title: 1A - Asbestos Consultancy

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/08/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 9

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Allium Environmental Ltd

09391161

Station Road, Warmley

Bristol

BS308XG

UK

Telephone: +44 7384546273

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

BRADLEY ENVIRONMENTAL CONSULTANTS LTD

02573757

BRADLEY ENVIRONMENTAL CONSULTANTS LTD, 85A St Asaph Business Park

20 Stourbridge Road

B63 3US

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ENQUIN ENVIRONMENTAL LTD

4500927

ENQUIN ENVIRONMENTAL LTD, 1 Ringside Business Centre Heol Y Rhosog Wentloog

CARDIFF

CF32EW

UK

NUTS: UKL22

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Environtec Limited

2981693

Environtec House, The Street, Hatfield Peverel

Chelmsford

CM32EJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HSL Compliance Ltd

02425951

Unit 5-7 Alton House, Alton Business Park, Alton Road

Ross-on-Wye

HR95BP

UK

NUTS: UKG11

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Leftfield Environmental

07371459

Crown House,Unit 16, Mardon Park,Central Avenue

Port Talbot

sa127ax

UK

NUTS: UKL17

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Life Environmental Services

03053057

South Street

Bishop's Stortford

CM23 3AR

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SGS United Kingdom Limited

01193985

Inward Way

Ellesmere Port

CH653EN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SOCOTEC Asbestos Limited

04951688

Ashby Road

Burton upon Trent

DE150YZ

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Tersus Consultancy Limited

01912115

Manor Way

Rainham

RM13 8RH

UK

NUTS: UKM

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: 1B - Asbestos Surveys & Testing

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/08/2023

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 13

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Allium Environmental Ltd

09391161

Station Road, Warmley

Bristol

BS308XG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ARMSTRONG YORK ASBESTOS ENVIRONMENTAL LTD

04663503

Stanhope Industrial Estate, Wharf Road

Stanford-le-Hope

SS170EH

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

BRADLEY ENVIRONMENTAL CONSULTANTS LTD

02573757

BRADLEY ENVIRONMENTAL CONSULTANTS LTD, 85A St Asaph Business Park

20 Stourbridge Road

B63 3US

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ENQUIN ENVIRONMENTAL LTD

4500927

ENQUIN ENVIRONMENTAL LTD, 1 Ringside Business Centre Heol Y Rhosog Wentloog

CARDIFF

CF32EW

UK

NUTS: UKL22

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Environtec Limited

2981693

Environtec House, The Street, Hatfield Peverel

Chelmsford

CM32EJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HSL Compliance Ltd

02425951

Unit 5-7 Alton House, Alton Business Park, Alton Road

Ross-on-Wye

HR95BP

UK

NUTS: UKG11

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Leftfield Environmental

07371459

Crown House,Unit 16, Mardon Park,Central Avenue

Port Talbot

sa127ax

UK

NUTS: UKL17

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Life Environmental Services

03053057

South Street

Bishop's Stortford

CM23 3AR

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pennington Choices Ltd

03945920

Grimsditch Lane (off Tarporley Road)

Norcott Brook

WA44EA

UK

NUTS: UKD61

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PHH Environmental (UK) Limited

05146856

Cardiff Bay Business Centre

Cardiff

CF24 5FA

UK

NUTS: UKM

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SGS United Kingdom Limited

01193985

Inward Way

Ellesmere Port

CH653EN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SOCOTEC Asbestos Limited

04951688

Ashby Road

Burton upon Trent

DE150YZ

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Tersus Consultancy Limited

01912115

Manor Way

Rainham

RM13 8RH

UK

NUTS: UKM

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: 1C - Asbestos Removal & Disposal Works

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/08/2023

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

A&D Environmental Services

06497835

Unit E36 Ashmount Enterprise Park, Aber Road

Flint

CH65YL

UK

NUTS: UKL23

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Aspect Contracts Limited

06459279

Honywood Road

Basildon

SS14 3DS

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PHH Environmental (UK) Limited

05146856

Cardiff Bay Business Centre

Cardiff

CF24 5FA

UK

NUTS: UKM

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Rhodar Industrial Services Limited

06426331

Unit C, Astra Park, Parkside Lane

Leeds

LS115SZ

UK

NUTS: UKE4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Severn Insulation Co Ltd

01170999

Somerton House Unit L1, South Point, Clos Marion

Cardiff

CF104LQ

UK

NUTS: UKL22

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Shield Environmental Services

01889657

Caxton Business Park

Bristol

BS30 8XJ

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Woods Building Services Ltd t/a AA Woods

02951763

Woods House, River Way

Harlow, Essex

CM202DP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: 2A - Property Protection and Associated Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/08/2023

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Orbis Protect Limited

Beaufort House, Cricket Field Road

Uxbridge

UB8 1QG

UK

NUTS: UKD74

The contractor is an SME: No

V.2.3) Name and address of the contractor

SPS DOORGUARD LTD

35 Baird Street

GLASGOW

G4 0EE

UK

NUTS: UKM

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

VPS (UK) Ltd

Broadgate House, Broadway Business Park, Chadderton

Oldham

OL99XA

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: 3A - Water Hygiene Testing and Consultancy

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/08/2023

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ACORN CHEMICAL SERVICES LTD

ACORN CHEMICAL SERVICES LTD, Unit 16 MILLAND ROAD INDUSTRIAL ESTATE

NEATH

SA111NJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HSL Compliance Ltd

Unit 5-7 Alton House, Alton Business Park, Alton Road

Ross-on-Wye

HR95BP

UK

NUTS: UKG11

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Integrated Water Services

Green Lane

Walsall

WS27PD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

J&D Water Consultants

32B Village Farm Road, Village Farm Industrial Estate, Pyle

Bridgend

CF336BL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SMS Environmental

Harwell Science Campus

Didcot

OX11 0RA

UK

NUTS: UKM

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: 3B - Water System Maintenance, Remedials and Associated Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/08/2023

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ACORN CHEMICAL SERVICES LTD

ACORN CHEMICAL SERVICES LTD, Unit 16 MILLAND ROAD INDUSTRIAL ESTATE

NEATH

SA111NJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HSL Compliance Ltd

Unit 5-7 Alton House, Alton Business Park, Alton Road

Ross-on-Wye

HR95BP

UK

NUTS: UKG11

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Integrated Water Services

Green Lane

Walsall

WS27PD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

J&D Water Consultants

32B Village Farm Road, Village Farm Industrial Estate, Pyle

Bridgend

CF336BL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SMS Environmental

Harwell Science Campus

Didcot

OX11 0RA

UK

NUTS: UKM

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Title: 4B - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/08/2023

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

K S BARRY (PLUMBING & HEATING) LTD

K S BARRY (PLUMBING & HEATING) LTD, The Old Courtyard 8a KINGSTON ROAD

CARDIFF

CF116HU

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Kimpton

Unit 5, Greenfields Technology Park, Hawkshead Road

Bromborough

CH623RJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Liberty Gas Group Ltd

Garden Works, Charley Wood Road, Knowsley Industrial Estate

Liverpool

L337SG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

LORNE STEWART PLC

Western Avenue

Greenford

UB6 8UY

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Warmserve Services Ltd

08395055

Unit 12, Gilsea Park, Mona Close

Swansea

SA68RJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Westward Energy Services Ltd

04214763

Energy House, Alloy Industrial Estate, Pontardawe

Swansea

SA84EN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Title: 4D - HVAC (Air Conditioning) Servicing and Maintenance

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/08/2023

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Kimpton

Unit 5, Greenfields Technology Park, Hawkshead Road

Bromborough

CH623RJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

LORNE STEWART PLC

Western Avenue

Greenford

UB6 8UY

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 9

Title: 5A - Fixed Wire Testing (EICR) and Remedials

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/08/2023

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Liberty Gas Group Ltd

Garden Works, Charley Wood Road, Knowsley Industrial Estate

Liverpool

L337SG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PHS Compliance Limited

Compliance House, Kid Glove Road Golborne

WARRINGTON

WA33GR

UK

NUTS: UKM

The contractor is an SME: No

V.2.3) Name and address of the contractor

Tremorfa Ltd

01825211

St. Mellons Hotel

Castelton

CF3 2XR

UK

NUTS: UKM

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 10

Title: 5B - Portable Appliance Testing (PAT)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/08/2023

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

PHS Compliance Limited

03811260

Compliance House, Kid Glove Road Golborne

WARRINGTON

WA33GR

UK

NUTS: UKM

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

LHC Procurement Group is a not for profit central purchasing body acting on behalf of Welsh Procurement Alliance.

Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their portfolio, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework.

As of the date of publication of this notice our frameworks may be used by all contracting authorities in Wales as defined by the Public Contracts Regulations 2015 and as listed on https://www.welshprocurement.cymru/who-we-work-with/, including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm’s length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.

LHC Procurement Group clients may add community benefit requirements in their call-off contracts from this Framework including but not

limited to:

- to generate employment and training opportunities for priority groups;

- vocational training;

- to up-skill the existing workforce;

- equality and diversity initiatives;

- to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;

- supply-chain development activity;

- to build capacity in community organisations;

- educational support initiatives.

(WA Ref:134456)

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

04/09/2023

Coding

Commodity categories

ID Title Parent category
42512000 Air-conditioning installations Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
79711000 Alarm-monitoring services Security services
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
71315200 Building consultancy services Building services
71315000 Building services Consultative engineering and construction services
71315300 Building surveying services Building services
90911200 Building-cleaning services Accommodation, building and window cleaning services
38500000 Checking and testing apparatus Laboratory, optical and precision equipments (excl. glasses)
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
09323000 District heating Steam, hot water and associated products
42515000 District heating boiler Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
45310000 Electrical installation work Building installation work
71314100 Electrical services Energy and related services
39717000 Fans and air-conditioning appliances Electrical domestic appliances
50531200 Gas appliance maintenance services Repair and maintenance services for non-electrical machinery
39721410 Gas appliances Domestic cooking or heating equipment
31161200 Gas cooling systems Parts for electrical motors and generators
39721411 Gas heaters Domestic cooking or heating equipment
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71314310 Heating engineering services for buildings Energy and related services
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
38910000 Hygiene monitoring and testing equipment Miscellaneous evaluation or testing instruments
51514110 Installation services of machinery and apparatus for filtering or purifying water Installation services of miscellaneous general-purpose machinery
38900000 Miscellaneous evaluation or testing instruments Laboratory, optical and precision equipments (excl. glasses)
70332000 Non-residential property services Property management services of real estate on a fee or contract basis
50531100 Repair and maintenance services of boilers Repair and maintenance services for non-electrical machinery
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery
50511200 Repair and maintenance services of gas pumps Repair and maintenance services of pumps
45214620 Research and testing facilities construction work Construction work for buildings relating to education and research
70331000 Residential property services Property management services of real estate on a fee or contract basis
79417000 Safety consultancy services Business and management consultancy services
90733000 Services related to water pollution Pollution tracking and monitoring and rehabilitation
45111213 Site-clearance work Demolition, site preparation and clearance work
79311000 Survey services Market research services
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
42912310 Water filtration apparatus Liquid filtering or purifying machinery and apparatus
42912330 Water-purifying apparatus Liquid filtering or purifying machinery and apparatus
45232430 Water-treatment work Ancillary works for pipelines and cables
77312000 Weed-clearance services Planting and maintenance services of green areas

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.

Document family

Notice details
Publication date:
04 September 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
17 October 2023
Notice type:
20 Modification Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

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.