Modification notice
Modification of a contract/concession during its term
Section I: Contracting
entity
I.1) Name and addresses
LHC Procurement Group Ltd for the Welsh Procurement Alliance (WPA)
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
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Passive Fire Protection Framework
Reference number: FS1P
II.1.2) Main CPV code
45343000
II.1.3) Type of contract
Works
II.2) Description
II.2.2) Additional CPV code(s)
44221220
45210000
45343100
45343000
II.2.3) Place of performance
NUTS code:
UK
UKL
II.2.4) Description of the procurement
Framework provider for the provision of passive fire safety works which includes::
— compartmentalisation surveys, including invasive surveys, — passive fire protection,
— fire doors, installation and maintenance,
— fire safety signage,
— principal Contractor/designer duties,
— management of other specialist contractors.
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:
2019/S 145-356115
Section V: Award of contract/concession
Contract No: 1
Title: Passive Fire Protection Framework
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
01/04/2019
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
CLC CONTRACTORS LIMITED
NORTHBROOK IND ESTATE, VINCENT AVENUE
SOUTHAMPTON
SO166PB
UK
NUTS: UKJ32
The contractor/concessionaire is an SME:
No
V.2.3) Name and address of the contractor/concessionaire
Global HSE Solutions Ltd
Harris House, Moorbridge Road, Bingham
Nottingham
NG138GG
UK
Telephone: +44 7866855432
NUTS: UKF14
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
Novus Property Solutions
Unit 23-24, Zone 4 Llandegai Industrial Estate
Bangor
LL574YH
UK
Telephone: +44 7590961854
NUTS: UKL
The contractor/concessionaire is an SME:
Yes
V.2.3) Name and address of the contractor/concessionaire
OpenView Security Solutions Limited
Openview House, Chesham Close
Romford
RM77PJ
UK
Telephone: +44 8450719110
Fax: +44 8450719111
NUTS: UKH3
The contractor/concessionaire is an SME:
No
V.2.3) Name and address of the contractor/concessionaire
Ian Williams Limited
Ian Williams Limited, Quarry Road Chipping Sodbury
Bristol
BS376JL
UK
Telephone: +44 1454328003
Fax: +44 1454310997
NUTS: UKK11
The contractor/concessionaire is an SME:
No
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 30 000 000.00
GBP
Section VI: Complementary information
VI.3) Additional information
LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Welsh Procurement Alliance, Scottish Procurement Alliance and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, 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 England, Wales and Scotland as defined by the Public Contracts Regulations 2015 as listed on:
https://www.cpconstruction.org.uk/who-we-work-with/
https://lse.lhcprocure.org.uk/who-we-work-with/
https://www.scottishprocurement.scot/who-we-work-with/
https://www.swpa.org.uk/who-we-work-with/
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 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:132499)
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
27/06/2023
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
45343000
VII.1.2) Additional CPV code(s)
45343100
44221220
45210000
45343000
VII.1.3) Place of performance
NUTS code:
UKL
VII.1.4) Description of the procurement
Framework provider for the provision of passive fire safety works which includes::
— compartmentalisation surveys, including invasive surveys, — passive fire protection,
— fire doors, installation and maintenance,
— fire safety signage,
— principal Contractor/designer duties,
— management of other specialist contractors.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 57
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 20 000 000.00 GBP
The contract/concession has been awarded to a group of economic operators:
Yes
VII.1.7) Name and address of the contractor/concessionaire
CLC Contractors Limited
Northbrook Industrial Estate, Vincent Avenue
Southampton
SO166PB
UK
Telephone: +44 2380701111
NUTS: UKJ32
The contractor/concessionaire is an SME:
No
VII.1.7) Name and address of the contractor/concessionaire
Global HSE Solutions Ltd
Harris House, Moorbridge Road East
Bingham
NG138GG
UK
Telephone: +44 1159899800
NUTS: UKF16
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
Novus Property Solutions
Llandygai Industrial Estate, Llandygai
Bangor
LL574YH
UK
NUTS: UKL
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
OpenView Security Solutions Limited
Openview House, Chesham Close
Romford
RM77PJ
UK
Telephone: +44 8450719110
Fax: +44 8450719111
NUTS: UKH3
The contractor/concessionaire is an SME:
No
VII.1.7) Name and address of the contractor/concessionaire
Ian Williams
Sanatrium Road, Leckwith
Cardiff
CF118SU
UK
NUTS: UKL
The contractor/concessionaire is an SME:
No
VII.2) Information about modifications
VII.2.1) Description of the modifications
Extension to the duration of the framework agreement by an additional 9 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 fire saftey and 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: 20 000 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 20 000 000.00 Currency: GBP