Contract notice
Section I: Contracting
authority
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert?advertId=0a1ace25-68b2-e711-80e6-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert?advertId=0a1ace25-68b2-e711-80e6-005056b64545
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://procontract.due-north.com/Advert?advertId=0a1ace25-68b2-e711-80e6-005056b64545
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 specification has three mandatory parts and one optional part.
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.
Optional Part D - Call Centre for out-of-hours or back-up Continuity or both.
Applicants must be capable of delivering parts A B and C.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
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 on behalf of partners of the Welsh Procurement Alliance. As a not for profit organization, 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.
There are two further Contract Notices for the same Tender published in England and Scotland.
You only need to register once on our Partners e-Portal: Economic Operators wishing to tender for this framework arrangement are required to complete the tender, which is downloadable from - https://procontract.due-north.com/Advert?advertId=0a1ace25-68b2-e711-80e6-005056b64545
This will give you access to the tender documents and the communication portal for clarifications. All communication will be through the portal.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
GBP
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
As a framework that other contracting authorities can use, the value quoted in this section 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 diverse property portfolio with different volumes and services required.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
LHC uses the following ratios to evaluate each Tenderer’s
financial status:
— Turnover: this is calculated as double the typical
value for projects called off this framework. If a
company’s turnover exceeds GBP 400,000, then it passes
this ratio;
— Profitability: this is calculated as profit after tax but
before dividends and minority interests. If a company
makes a profit, then it passes this ratio; and,
— Liquidity: this is calculated as current assets and
work in progress, divided by current liabilities. If the
answer is greater than one, then it passes this ratio.
LHC may seek additional financial information from tenderers and or where
applicable the Parent/Holding Company, and take this
into consideration in the financial assessment.
Further details are provided in the ITT Documentation.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to 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.
Envisaged maximum number of participants to the framework agreement: 3
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:
2017/S 001-000000
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/04/2018
Local time: 14:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/04/2018
Local time: 16:00
Place:
This information can change and the details will be kept up to date on the LHC e-procurment site
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
LHC considers that this framework may be suitable for economic operators that are small or medium enterprises(SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The community benefit requirements will be set by clients on each individual call-off contract depending on the size and location of each contract.
(WA Ref:78850)
The buyer considers that this contract is suitable for consortia bidding.
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
12/03/2018