Modification notice
Modification of a contract/concession during its term
Section I: Contracting
entity
I.1) Name and addresses
LHC on behalf of WPA (Welsh Procurement Alliance)
Tredomen Innovation & Technology Centre
Ystrad Mynach
CF82 7FQ
UK
Telephone: +44 1895274815
E-mail: procurement@lhc.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.welshprocurement.cymru/
Address of the buyer profile: https://www.welshprocurement.cymru/who-we-work-with/
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Vacant Property Protection, Clearance, Cleaning and Maintenance Extension Notice
Reference number: V7
II.1.2) Main CPV code
70331000
II.1.3) Type of contract
Services
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.ukw/ho-we-work-with/ and https://www.welshprocurement.cymru/who-we-work-with/) on 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.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 48
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.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 147-336918
Section V: Award of contract/concession
Contract No: V7
Title: Vacant Property Protection, Clearance, Cleaning and Maintenance Extension Notice
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
02/07/2018
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor/concessionaire
VPS (UK) Ltd
Broadgate House, Broadway Business Park, Chadderton
Oldham
OL9 9XA
UK
Telephone: +44 1613005235
NUTS: UK
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
Orbis Protect Ltd
Beaufort House, Cricket Field Lane
Uxbridge
UB8 1QG
UK
Telephone: +44 1895465500
NUTS: UK
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
SPS DOORGUARD LTD
SC113186
296 St. Vincent Street
GLASGOW
G2 5RU
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 5 000 000.00
GBP
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 at www.lhc.gov.uk/who-we-work-with/ and https://www.welshprocurement.cymru/who-we-work-with/ 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:122537)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Roseberry Court, Central Avenue, St Andrews Business Park
Norwich
NR7 0HS
UK
VI.5) Date of dispatch of this notice
28/06/2022
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
70331000
VII.1.2) Additional CPV code(s)
44212329
35121300
44521000
45111320
45262690
79510000
90500000
71421000
90917000
90910000
VII.1.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Various locations in Wales
VII.1.4) Description of the procurement
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/who-we-work-with/) and https://www.welshprocurement.cymru/who-we-work-with/ on 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
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 60
LHC are currently considering our future options in relation to the provision of our suite of compliance frameworks and therefore this extension of 12 months is required to allow for the review to take place and any subsequent actions whilst still providing an option for LHC clients to use for call off contracts.
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 5 000 000.00 GBP
The contract/concession has been awarded to a group of economic operators:
Yes
VII.1.7) Name and address of the contractor/concessionaire
Orbis Protect Limited
02476859
Uxbridge
UB8 1QG
UK
NUTS: UK
The contractor/concessionaire is an SME:
No
VII.1.7) Name and address of the contractor/concessionaire
VPS (UK) Ltd
04028962
Broadgate House , Broadway Business Park
Chadderton
OL9 9XA
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
SPS Doorguard Ltd
SC113186
GLASGOW
G2 4GZ
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
VII.2) Information about modifications
VII.2.1) Description of the modifications
Extension to the duration of the framework agreement by an additional 12 months
VII.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
LHC / WPA are currently considering our future options in relation to the provision of our suite of compliance frameworks and therefore this extension is required to allow for the review to take place and any subsequent actions whilst still providing an option for WPA clients to use for call off contracts.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 5 000 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 5 000 000.00 Currency: GBP