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

Vacant Property Protection, Clearance, Cleaning and Maintenance

  • First published: 13 March 2018
  • Last modified: 13 March 2018
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-072061
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
13 March 2018
Deadline date:
16 April 2018
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. CPV: 44212329, 44212329, 44521000, 35121300, 45111320, 45262690, 79510000, 90500000, 71421000, 90917000, 90910000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
90910000 Cleaning services Cleaning and sanitation services
90917000 Cleaning services of transport equipment Cleaning services
45111320 Dismantling works for security installations Defence and security
71421000 Landscape gardening services Landscape architectural services
44521000 Miscellaneous padlocks and locks Locks, keys and hinges
45262690 Refurbishment of run-down buildings Special trade construction works other than roof works
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
35121300 Security fittings Security equipment
44212329 Security screens Structural products and parts except prefabricated buildings
79510000 Telephone-answering services Office-support services

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:
19 October 2017
Notice type:
01 Prior Information Notice (PIN)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
13 March 2018
Deadline date:
16 April 2018 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
02 August 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
30 June 2022
Notice type:
20 Modification Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

About the buyer

Main contact:
colin.scoines@lhc.gov.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.