Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
LHC Procurement Group
14601330
2-4 Vine Street
Uxbridge
UB8 1QE
UK
Contact person: Meghan Wharton
E-mail: procurement@lhcprocure.org.uk
NUTS: UKI74
Internet address(es)
Main address: https://www.lhcprocure.org.uk/
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 Provider
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Asset Safety and Compliance Framework
Reference number: ASC1
II.1.2) Main CPV code
71315000
II.1.3) Type of contract
Services
II.1.4) Short description
This framework covers the geographical area of England and has been procured on behalf of:
Consortium Procurement Construction (CPC)
LHC London and South East (LSE)
South-West Procurement Alliance (SWPA)
This new framework replaces our previous asbestos and vacant property protection framework agreements, and extends the scope to additional safety and compliance services.
The framework consists of 5 (five) workstreams and each workstream has multiple lots.
As follows:
Workstream 1 - Asbestos Consultancy, Surveys, and Removal
Lot 1a - Asbestos Consultancy
Lot 1b - Asbestos Surveys and Testing
Lot 1c - Asbestos Removals and Remedial
Workstream 2 - Property Protection and Associated Services
Lot 2a - Property Protection and Associated Services
Workstream 3 - Water Testing, Treatment and Management
Lot 3a - Water Hygiene Testing and Consultancy
Lot 3b - Water System Maintenance, Remedials and Associated Services
Workstream 4 - Heating, Ventilation and Air Conditioning Compliance, Servicing & Maintenance
Lot 4a - Gas Heating Systems Inspection, Servicing & Remedial (Domestic)
Lot 4b - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)
Lot 4c - Ventilation Systems Inspection, Servicing and Maintenance
Lot 4d - HVAC (Air Conditioning) Servicing and Maintenance
Workstream 5 - Electrical Testing and Associated Services
Lot 5a - Fixed Wire Testing (EICR) and Remedials
Lot 5b - Portable Appliance Testing
This framework agreement will commence on the 4th September 2023 and will last for 48 months.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
110 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
1A - Asbestos Consultancy
II.2.2) Additional CPV code(s)
45262660
71315200
71317210
79417000
90650000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Lot 1A covers Asbestos Consultancy and offers organisations who provide specialist asbestos consultancy services to assist partners with the management of asbestos within their properties.
The scope of this lot includes:
> Desktop reviews of asbestos management plans
> Asbestos management plans
> Priority risk assessment inclusive of action plans
> Asbestos awareness training
> Duty to manage training
> Contaminated land consultancy
> Project management consultancy for managing removal works
II.2.5) Award criteria
Quality criterion: General Technical
/ Weighting: 20%
Quality criterion: Regional Capability
/ Weighting: 20%
Quality criterion: Technical Capability
/ Weighting: 30%
Price
/ Weighting:
30%
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
Lot No: 2
II.2.1) Title
1B - Asbestos Surveys & Testing
II.2.2) Additional CPV code(s)
45214620
71315300
71600000
79311000
90650000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Lot 1B covers Asbestos survey and testing services offering experienced organisations who provide specialist asbestos sampling, testing and analysis services to assist partners with the management of asbestos within their properties.
The scope of this lot will include:
> Asbestos Management Surveys
> Asbestos Refurbishment & Demolition Surveys
> Reinspection Surveys
> Air monitoring and 4 stage clearance
II.2.5) Award criteria
Quality criterion: General Technical
/ Weighting: 20%
Quality criterion: Regional Capability
/ Weighting: 20%
Quality criterion: Technical Capability
/ Weighting: 30%
Price
/ Weighting:
30%
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
Lot No: 3
II.2.1) Title
1C - Asbestos Removal & Disposal Works
II.2.2) Additional CPV code(s)
45262660
90650000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Workstream 1C covers Asbestos Consultancy offering experienced organisations who provide specialist asbestos management services to assist partners with the containment, protection and removal of asbestos within their properties.
The scope of this lot will include:
> Asbestos remediation, removal and encapsulation / protection works
> Disposal of asbestos containing materials
II.2.5) Award criteria
Quality criterion: General Technical
/ Weighting: 20%
Quality criterion: Regional Capability
/ Weighting: 20%
Quality criterion: Technical Capability
/ Weighting: 30%
Price
/ Weighting:
30%
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
Lot No: 4
II.2.1) Title
2A - Property Protection and Associated Services
II.2.2) Additional CPV code(s)
45111213
70331000
70332000
77312000
79711000
90911200
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Lot 2A covers property protection and associated services offering experienced organisations who provide a wide range of specialist property protection and associated services for both vacant and occupied properties.
The scope of this lot will include:
> Installation of physical security such as security screens, doors, barricades and fencing
> Installation of CCTV and other electronic access control and alarm systems
> Utilities shut off, drain down and recommission
> Boarding up services
> Internal and external property general cleaning and clearance services
> Specialist cleaning services
> Mould treatment and management
> Pest control
II.2.5) Award criteria
Quality criterion: General Technical
/ Weighting: 20%
Quality criterion: Regional Capability
/ Weighting: 20%
Quality criterion: Technical Capability
/ Weighting: 30%
Price
/ Weighting:
30%
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
Lot No: 5
II.2.1) Title
3A - Water Hygiene Testing and Consultancy
II.2.2) Additional CPV code(s)
38910000
45232430
71600000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Lot 3A covers water hygiene testing and consultancy offering experienced organisations who can provide specialist water hygiene testing, advice and consultancy services to assist partner with the management of risk related to legionella and other water borne pathogens.
The scope of this lot will include:
> Independent consultancy and advice on water risk management plans and procedures (new and existing plans)
> Legionella risk assessment services
> Water testing and analytical services
> Legionella and water risk awareness training
> Providing guidance on remedial actions to reduce exposure
II.2.5) Award criteria
Quality criterion: General Technical
/ Weighting: 20%
Quality criterion: Regional Capability
/ Weighting: 20%
Quality criterion: Technical Capability
/ Weighting: 30%
Price
/ Weighting:
30%
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
Lot No: 6
II.2.1) Title
3B - Water System Maintenance, Remedials and Associated Services
II.2.2) Additional CPV code(s)
42912310
42912330
45232430
51514110
71800000
90733000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Lot 3B covers water system maintenance, remedials and associated services offering experienced organisations who can provide specialist water maintenance services to assist partners with the proactive management of their water systems within their properties to reduce the risk of legionella and other water borne pathogens.
The scope of this lot will include:
> Implementation of legionella prevention management plans
> Installation and maintenance of water system cleansing, filtration and other treatment systems
> Hydrostatic pressure testing
> New mains and internal water system chlorination service
> Closed system flushing, dosing, and analysis
> TMV (Thermostatic Mixing Valves) and filter installation, service and maintenance
II.2.5) Award criteria
Quality criterion: General Technical
/ Weighting: 20%
Quality criterion: Regional Capability
/ Weighting: 20%
Quality criterion: Technical Capability
/ Weighting: 30%
Price
/ Weighting:
30%
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
Lot No: 7
II.2.1) Title
4B - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)
II.2.2) Additional CPV code(s)
09323000
31161200
39721410
39721411
42515000
50511200
50531100
50531200
50720000
71314310
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Lot 4B covers gas safety & heating systems inspection, servicing & remedial (commercial) services offering experienced organisations who can provide commercial / non domestic gas inspection (LGSR), servicing, maintenance, and remedial services to assist partners with the management of their non domestic gas appliances within their properties.
The scope of this lot will include:
> Annual inspection of commercial / non domestic gas burning and heating system appliances
> Responsive maintenance works, both proactive and reactive
> Installations of replacement systems, either in part or full
II.2.5) Award criteria
Quality criterion: General Technical
/ Weighting: 20%
Quality criterion: Regional Capability
/ Weighting: 20%
Quality criterion: Technical Capability
/ Weighting: 30%
Price
/ Weighting:
30%
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
Lot No: 8
II.2.1) Title
4D - HVAC (Air Conditioning) Servicing and Maintenance
II.2.2) Additional CPV code(s)
39717000
42512000
45331000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Lot 4D covers HVAC systems inspection, servicing and maintenance offering experienced organisations who can provide inspection, servicing, maintenance, and remedial services for a range of heating, ventilation and air conditioning (HVAC) systems within their properties.
The scope of this lot will include:
> Annual inspection services
> Maintenance works, both proactive and reactive
> Installation of replacement systems either in part or full
II.2.5) Award criteria
Quality criterion: General Technical
/ Weighting: 20%
Quality criterion: Regional Capability
/ Weighting: 20%
Quality criterion: Technical Capability
/ Weighting: 30%
Price
/ Weighting:
30%
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
Lot No: 9
II.2.1) Title
5A - Fixed Wire Testing (EICR) and Remedials
II.2.2) Additional CPV code(s)
45310000
50532000
50711000
71314100
71630000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Lot 5A covers fixed wire testing (EICR) and associated remedial works offering experienced organisations who can provide periodic inspection and testing of electrical installations within their properties, and the provision of EICRs. In addition (where requested) clients may require remedial of faults identified during inspection.
Full details of the scope can be found in the procurement documents provided however the scope of this lot will include:
> Testing and certification of electrical installations and provision of electrical safety certificates
> Testing and certification of associated electrical elements (e.g. EV chargers)
> Remedials and replacements of electrical components
II.2.5) Award criteria
Quality criterion: General Technical
/ Weighting: 20%
Quality criterion: Regional Capability
/ Weighting: 20%
Quality criterion: Technical Capability
/ Weighting: 30%
Price
/ Weighting:
30%
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
Lot No: 10
II.2.1) Title
5B - Portable Appliance Testing (PAT)
II.2.2) Additional CPV code(s)
38500000
38900000
45310000
50532000
50711000
71314100
71630000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Lot 5B covers portable appliance testing (PAT) offering experienced organisations who can provide inspection, testing and certification of portable electrical appliances and equipment.
II.2.5) Award criteria
Quality criterion: General Technical
/ Weighting: 20%
Quality criterion: Regional Capability
/ Weighting: 20%
Quality criterion: Technical Capability
/ Weighting: 30%
Price
/ Weighting:
30%
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:
2023/S 000-002835
Section V: Award of contract
Lot No: 1A
Title: Asbestos Consultancy
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
31/08/2023
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Allium Environmental Limited
09391161
Truro
TR3 6EH
UK
NUTS: UKK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Enquin Environmental Limited
4500927
Cardiff
CF3 2EW
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Environtec Limited
2981693
Chelmsford
CM3 2EJ
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
HSL Compliance Limited
02425951
Ross on Wye
HR9 5BP
UK
NUTS: UKG
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
John Rowan and Partners LLP
OC302030
Ealing
W5 2BS
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Kovia Ltd t/a Kovia Compliance
08706039
Plymouth
PL1 3RP
UK
NUTS: UKK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Life Environmental Services Ltd
03053057
Bishop's Stortford
CM23 3AR
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Lucion Services Ltd
06495874
Gateshead
NE11 9JT
UK
NUTS: UKC
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
OHS Ltd
05158022
Manchester
M30 0BL
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SGS United Kingdom Limited
01193985
Ellesmere Port
CH65 3EN
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SOCOTEC Asbestos Ltd
04951688
Burton upon Trent
DE150YZ
UK
NUTS: UKG
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Tersus Consultancy Limited
01912115
Rainham
RM13 8RH
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 11 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 1B
Title: Asbestos Surveys & Testing
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/09/2023
V.2.2) Information about tenders
Number of tenders received: 17
Number of tenders received from SMEs: 15
Number of tenders received by electronic means: 17
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Acron Asbestos Ltd
SC408543
Glasgow
UK
NUTS: UKM
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Allium Environmental Limited
09391161
Truro
UK
NUTS: UKK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Armstrong York Environmental Ltd
04663503
Stanford Le Hope
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Casa Environmental Services Ltd
07649903
Bristol
UK
NUTS: UKK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Enquin Environmental Limited
4500927
Cardiff
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Environtec Limited
2981693
Chelmsford
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Eton Environmental Group Ltd
05145774
Darlington
UK
NUTS: UKC
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Franks Portlock Consulting Limited
06023534
Sunderland
UK
NUTS: UKC
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
HSL Compliance Limited
02425951
Ross on Wye
UK
NUTS: UKG
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Life Environmental Services Ltd
03053057
Bishop's Stortford
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Lucion Services Ltd
06495874
Gateshead
UK
NUTS: UKC
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Nichol Associates Limited
05101702
Hebburn
UK
NUTS: UKC
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
OHS Ltd
05158022
Manchester
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Pennington Choices Limited
03945920
Norcott Brook
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SGS United Kingdom Limited
01193985
Ellesmere Port
UK
NUTS: UKD
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SOCOTEC Asbestos Ltd
04951688
Burton upon Trent
UK
NUTS: UKG
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Tersus Consultancy Limited
01912115
Rainham
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 110 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 1C
Title: Asbestos Removal and Disposal Works
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/09/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 12
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Aspect Contracts Ltd
06459279
Basildon
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Bardon Environmental Limited
02089950
Stocksbridge
UK
NUTS: UKE
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Cablesheer Asbestos Ltd
04353201
Sidcup
UK
NUTS: UKJ
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Clifford Devlin Limited
00719719
West Thurrock
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Countrywide Environmental Services Ltd
05574985
Prescot
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
European Asbestos Services
02933074
Sunbury-On-Thames
UK
NUTS: UKJ
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
LAR Limited
03332515
Stockport
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
PHH Environmental UK Limited
05146856
Cardiff
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Rhodar Industrial Services Limited
06426331
Leeds
UK
NUTS: UKE
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Severn Insulation Co Ltd
01170999
Cardiff
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Shield Environmental Services Limited
01889657
Bristol
UK
NUTS: UKK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Woods Building Services Ltd t/as AA Woods
02951763
Harlow
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 110 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 2A
Title: Property Protection and Associated Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/09/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
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
Orbis Protect Limited
02476859
Uxbridge
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SPS Doorguard Limited
00113186
Glasgow
UK
NUTS: UKM
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
VPS (UK) Ltd
04028962
Oldham
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 110 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 3A
Title: Water Hygiene Testing and Consultancy
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/09/2023
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Acorn Chemical Services Ltd
04370657
Neath
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Axis Europe plc
01991637
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Churchill Contract Services Limited
03762020
Luton
UK
NUTS: UKH
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Environtec Limited
2981693
Newry
UK
NUTS: UKN
The contractor is an SME:
No
V.2.3) Name and address of the contractor
HSL Compliance Limited
02425951
Ross on Wye
UK
NUTS: UKG
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Integrated Water Services Ltd
05283349
Walsall
UK
NUTS: UKG
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SMS Environmental Limited
04243379
Didcot
UK
NUTS: UKJ
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 110 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 3B
Title: Water System Maintenance, Remedials and Associated Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/09/2023
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Acorn Chemical Services Ltd
04370657
Neath
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Churchill Contract Services Limited
03762020
Luton
UK
NUTS: UKH
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Environtec Limited
2981693
Chelmsford
UK
NUTS: UKH
The contractor is an SME:
No
V.2.3) Name and address of the contractor
HEALTHY BUILDINGS (IRELAND) LIMITED
NI036796
Newry
UK
NUTS: UKN
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
HSL Compliance Limited
02425951
Ross on Wye
UK
NUTS: UKG
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Integrated Water Services Ltd
05283349
Walsall
UK
NUTS: UKG
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
OHS Ltd
05158022
Manchester
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 110 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 4B
Title: Gas Heating Systems Inspection, Servicing & Remedial (Commercial)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/09/2023
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 5
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Aaron Services Limited
03193203
Stowmarket
UK
NUTS: UKH
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Axis Europe plc
01991637
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
DMA Maintenance Ltd
05383149
Rochester
UK
NUTS: UKJ
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Hewer Facilities Management Ltd
05832269
Waterwells
UK
NUTS: UKK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
K&T Heating Services Limited
05158607
Dartford
UK
NUTS: UKJ
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Kimpton Ltd
00781553
Bromborough
UK
NUTS: UKD
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Liberty Gas Group Ltd T/A Liberty Group
04242416
Liverpool
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Lorne Stewart Plc
1348218
Greenford
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SURE Maintenance Limited
4072464
Liverpool
UK
NUTS: UKD
The contractor is an SME:
No
V.2.3) Name and address of the contractor
TSG Building Services Plc
03908728
Potters Bar
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 110 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 4D
Title: HVAC (Air Conditioning) Servicing and Maintenance
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/09/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
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
DMA Maintenance Ltd
05383149
Rochester
UK
NUTS: UKJ
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Kimpton Ltd
00781553
Bromborough
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Lorne Stewart Plc
1348218
Greenford
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 110 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 5A
Title: Fixed Wire Testing (EICR) and Remedials
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/09/2023
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 5
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Axis Europe plc
01991637
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Clear Safety Services Ltd
09946894
Folkestone
UK
NUTS: UKJ
The contractor is an SME:
No
V.2.3) Name and address of the contractor
G.D. Chalmers Limited
SC056769
Paisley
UK
NUTS: UKM
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Hewer Facilities Management Ltd
05832269
Waterwells
UK
NUTS: UKK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Niblock (Builders) Limited
00633825
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
PFL Electrical Ltd
04790446
Mundon
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
PHS Compliance Limited
03811260
Golborne
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Tremorfa Ltd
01825211
Castelton
UK
NUTS: UKL
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Valley Group Limited
SC486700
Glasgow
UK
NUTS: UKM
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 110 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 5B
Title: Portable Appliance Testing
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/09/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Axis Europe plc
01991637
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
PHS Compliance Limited
03811260
Golborne
UK
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 110 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
LHC Procurement Group Limited is a not for profit centralp urchasing 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 and as listed on https://www.lhc.gov.uk/who-wework-with/ (https://www.lhc.gov.uk/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.
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office Roseberry Court, Central Avenue, St Andrews Business Park
Norwich
NR7 0HS
UK
VI.5) Date of dispatch of this notice
05/09/2023