Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
LHC on behalf of WPA (Welsh Procurement Alliance)
Regus House, Falcon Drive
Cardiff Bay
CF10 4RU
UK
Contact person: Colin Scoines
Telephone: +44 1895274815
E-mail: colin.scoines@lhc.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.welshprocurement.cymru/
Address of the buyer profile: www.lhc.gov.uk/24
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 tendering organisation
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Vacant Property Protection, Clearance, Cleaning and Maintenance
Reference number: V7
II.1.2) Main CPV code
44212329
II.1.3) Type of contract
Services
II.1.4) Short description
Replacement framework for the successful V6 – Vacant property protection & associated services.
The V7 Framework includes:
Part A – Property Protection - Vacant property security to prevent trespass, vandalism and theft of materials and
equipment;
Part B - Clearance and Cleaning Services- Clearance and cleaning services to properties to enable safe
working and re-let, and clearance of other areas to ensure the tidy appearance and safety of the public.
Part C – Specialist Cleaning Services - Specialist cleaning services to ensure public areas and workplaces are
clean and safe.
Part D - Call Centre for out-of-hours or back-up Continuity.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
5 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
44212329
44521000
35121300
45111320
45262690
79510000
90500000
71421000
90917000
90910000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Various locations within Wales
II.2.4) Description of the procurement
Introduction:
LHC is a central purchasing body providing procurement service to Contracting Authorities (Clients) throughout Wales, as described on LHC’s Buyer Profile (www.lhc.gov.uk/24) and behalf of partners of the Welsh Procurement Alliance. As a not for profit organisation, LHC returns surplus Levy income to our Clients to support social value initiatives in the local communities they serve. LHC sets up competitively tendered Framework Agreements in respect of building works, supplies or services and includes public sector refurbishment, maintenance, and new build projects.
Specification:
Part A - Specialist Void Protection::
-non-demountable pre-demolition security steel screens
-boarding up services
-temporary steel security screens (on hire)
-temporary steel security keyed or keyless doors (on hire)
-temporary alarm system with multiple detectors with alarm response centre (ARC)
- electronic managed access key systems
Part B - Clearance & Cleaning:
-clearance – property estate and public areas
-cleaning services
– end-of-tenancy cleaning
-garden maintenance – property and communal areas
Part C -Specialist Cleaning:
-sharps clearance, including clinical waste (any location)
-bodily waste/fluids and site disinfection (any location)
Part D - Out-of-Hours Call Centre
-calls for emergency repairs
-relief or additional cover for clients own call centre
This is a service that all potential suppliers can provide across Scotland.
As a framework that other contracting authorities can use, the value quoted in section II 1.7 includes "headroom" for call-off by those contracting authorities. The actual value will depend on the value taken up by these contracting authorities.
Our Clients have a diverse property portfolio with different volumes and services required
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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:
2018/S 050-110881
Section V: Award of contract
Contract No: V7
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
02/07/2018
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
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
VPS (UK) Ltd
Broadgate House, Broadway Business Park, Chadderton
Oldham
OL9 9XA
UK
Telephone: +44 1613005235
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SPS DOORGUARD LTD
296 St. Vincent Street
GLASGOW
G2 5RU
UK
Telephone: +44 1412432424
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Orbis Protect Ltd
Beaufort House, Cricket Field Lane
Uxbridge
UB8 1QG
UK
Telephone: +44 1895465500
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:
: 5 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
WPA Clients have diverse property portfolio with different volumes and types of vacant property services required.
The types of properties typically managed are:
Domestic:
— single occupier and multiple occupier dwellings,
— houses and flats,
— common areas of residential blocks,
— low, medium, and high-rise,
— residential homes including those with vulnerable persons,
— common areas other areas such as garages and loft spaces.
Non-residential:
— Managed Residential Blocks,
— care homes and sheltered accommodation,
— commercial offices buildings, central or local housing team offices, halls, and day care centres,
— Municipal buildings such as libraries, sports hall, museums etc.,
— other public buildings
— educational buildings such as universities, schools, and colleges,
— research establishments,
— hospitals / hospital-related properties, including health centres and GP surgeries, — Blue light Buildings.
LHC is a central purchasing body providing procurement service to contracting authorities throughout England, Wales and Scotland.
Working with our WPA (Welsh Procurement Alliance) partners any public sector organisation listed atwww.lhc.gov.uk/24 can access the suppliers approved on our frameworks.
As a not for profit organisation, LHC returns surplus levy income to our clients to support social value initiatives in the local communities they serve. LHC sets up competitively tendered framework agreements in respect of building works, supplies or services and includes public sector refurbishment, maintenance and new build projects.
(WA Ref:84010)
VI.4) Procedures for review
VI.4.1) Review body
LHC
Royal House, 2-4 Vine Street
Uxbridge
UB8 1QE
UK
Telephone: +44 1895274800
Internet address(es)
URL: www.lhc.gov.uk
VI.5) Date of dispatch of this notice
30/07/2018