Notice Information
Notice Title
Asset Safety and Compliance Framework
Notice Description
This opportunity has been listed by LHC on behalf of the Welsh Procurement Alliance and our other regional entities: Consortium Procurement Construction (CPC) LHC London and South East (LSE) South-West Procurement Alliance (SWPA) Scottish Procurement Alliance (SPA) LHC/WPA is seeking suitable organisations for our Asset Safety & Compliance Services framework (ASC1). ASC1 will provide LHC/WPA clients with access to a range of asset safety consultancy, testing/inspection, servicing, and maintenance services to ensure the safety of their properties and comply with their landlord obligations. This new framework will replace our existing asbestos and vacant property protection framework agreements, and extend the scope to additional safety and compliance services. The ASC1 framework will consist of the following lots which interested parties can apply for. Lot 1a - Asbestos Consultancy Lot 1b - Asbestos Surveys and Testing Lot 1c - Asbestos Removals and Remedial Lot 2a - Property Protection and Associated Services Lot 3a - Water Hygiene Testing and Consultancy Lot 3b - Water System Maintenance, Remedials and Associated Services 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 Lot 5a - Fixed Wire Testing (EICR) and Remedials Lot 5b - Portable Appliance Testing Within each lot there will be a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within. To express an interest in the project and access the tender documents, organisations will need to register via our eTendering portal using the link as follows: https://in-tendhost.co.uk/lhc/aspx/Home
Lot Information
1A - Asbestos Consultancy
Lot 1A will cover Asbestos Consultancy. LHC/WPA is looking for experienced organisations who can provide specialist asbestos consultancy services to assist partners with the management of asbestos within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
1B - Asbestos Surveys & TestingLot 1B will cover Asbestos survey and testing services. LHC/WPA is looking for experienced organisations who can provide specialist asbestos sampling, testing and analysis services to assist partners with the management of asbestos within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Asbestos Management Surveys > Asbestos Refurbishment & Demolition Surveys > Reinspection Surveys > Air monitoring and 4 stage clearance Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to eight (8) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
1C - Asbestos Removal & Disposal WorksWorkstream 1c will cover Asbestos Consultancy. LHC/WPA is looking for experienced organisations who can provide specialist asbestos management services to assist partners with the containment, protection and removal of asbestos within their properties. Full details can be found in the procurement documents provided however the scope of this lot will include: - Asbestos remediation, removal and encapsulation / protection works - Disposal of asbestos containing materials Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
2A - Property Protection and Associated ServicesLot 2A will cover property protection and associated services. LHC/WPA is looking for experienced organisations who can provide a wide range of specialist property protection and associated services for both vacant and occupied properties. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
3A - Water Hygiene Testing and ConsultancyLot 3A will cover water hygiene testing and consultancy. LHC/WPA is looking for 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. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
3B - Water System Maintenance, Remedials and Associated ServicesLot 3B will cover water system maintenance, remedials and associated services. LHC/WPA is looking for 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. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
4A - Gas Heating Systems Inspection, Servicing & Remedial (Domestic)Lot 4A will cover gas safety & heating systems inspection, servicing & remedial (domestic) works. LHC/WPA is looking for experienced organisations who can provide domestic gas inspection (LGSR), servicing, maintenance, and remedial services to assist partners with the management of domestic gas appliances within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Annual inspection of domestic gas burning and heating system appliances > Responsive maintenance works, both proactive and reactive > Installations of replacement systems, either in part or full Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
4B - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)Lot 4B will cover gas safety & heating systems inspection, servicing & remedial (commercial) services. LHC/WPA is looking for 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. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
4C - Ventilation Systems Inspection, Servicing and MaintenanceLot 4C will cover ventilation systems inspection, servicing and maintenance. LHC/WPA is looking for experienced organisations who can provide inspection, servicing, maintenance, and remedial services for a range of ventilation systems within their properties. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
5B - Portable Appliance Testing (PAT)Lot 5B will cover portable appliance testing (PAT). LHC/WPA is looking for experienced organisations who can provide inspection, testing and certification of portable electrical appliances and equipment. Full details of the scope can be found in the procurement documents provided. Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
4D - HVAC (Air Conditioning) Servicing and MaintenanceLot 4D will cover HVAC systems inspection, servicing and maintenance. LHC/WPA is looking for 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. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
5A - Fixed Wire Testing (EICR) and RemedialsLot 5A will cover fixed wire testing (EICR) and associated remedial works. LHC/WPA is looking for experienced organisations who can provide periodic inspection and testing of electrical installations within their properties, and the provision of EICRs. In addition (where requested) LHC/WPA 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided. II.2.5) Award criteria. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-kuma6s-128343
- Publication Source
- Sell2Wales
- Latest Notice
- https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=128343
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F14 - Corrigendum
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
31 - Electrical machinery, apparatus, equipment and consumables; lighting
38 - Laboratory, optical and precision equipments (excl. glasses)
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42 - Industrial machinery
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
70 - Real estate services
71 - Architectural, construction, engineering and inspection services
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
09323000 - District heating
31161200 - Gas cooling systems
38500000 - Checking and testing apparatus
38900000 - Miscellaneous evaluation or testing instruments
38910000 - Hygiene monitoring and testing equipment
39717000 - Fans and air-conditioning appliances
39717200 - Air-conditioning appliances
39721410 - Gas appliances
39721411 - Gas heaters
42500000 - Cooling and ventilation equipment
42512000 - Air-conditioning installations
42515000 - District heating boiler
42520000 - Ventilation equipment
42912310 - Water filtration apparatus
42912330 - Water-purifying apparatus
45111213 - Site-clearance work
45214620 - Research and testing facilities construction work
45232430 - Water-treatment work
45262660 - Asbestos-removal work
45310000 - Electrical installation work
45311100 - Electrical wiring work
45331000 - Heating, ventilation and air-conditioning installation work
45331200 - Ventilation and air-conditioning installation work
45331210 - Ventilation installation work
45331220 - Air-conditioning installation work
50511200 - Repair and maintenance services of gas pumps
50531100 - Repair and maintenance services of boilers
50531200 - Gas appliance maintenance services
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
50711000 - Repair and maintenance services of electrical building installations
50720000 - Repair and maintenance services of central heating
51514110 - Installation services of machinery and apparatus for filtering or purifying water
70331000 - Residential property services
70332000 - Non-residential property services
70332300 - Industrial property services
71314100 - Electrical services
71314310 - Heating engineering services for buildings
71315000 - Building services
71315200 - Building consultancy services
71315300 - Building surveying services
71315410 - Inspection of ventilation system
71317210 - Health and safety consultancy services
71321400 - Ventilation consultancy services
71600000 - Technical testing, analysis and consultancy services
71610000 - Composition and purity testing and analysis services
71630000 - Technical inspection and testing services
71631000 - Technical inspection services
71632000 - Technical testing services
71800000 - Consulting services for water-supply and waste consultancy
77312000 - Weed-clearance services
79311000 - Survey services
79311200 - Survey conduction services
79417000 - Safety consultancy services
79711000 - Alarm-monitoring services
90650000 - Asbestos removal services
90733000 - Services related to water pollution
90911200 - Building-cleaning services
Notice Value(s)
- Tender Value
- £135,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Mar 20232 years ago
- Submission Deadline
- 16 Mar 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LHC FOR THE WELSH PROCUREMENT ALLIANCE (WPA)
- Contact Name
- Not specified
- Contact Email
- procurement@lhc.gov.uk
- Contact Phone
- +44 1895274800
Buyer Location
- Locality
- UXBRIDGE
- Postcode
- UB8 1QE
- Post Town
- Southall
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI7 Outer London - West and North West
- Small Region (ITL 3)
- TLI74 Harrow and Hillingdon
- Delivery Location
- TLL Wales
-
- Local Authority
- Hillingdon
- Electoral Ward
- Uxbridge
- Westminster Constituency
- Uxbridge and South Ruislip
Further Information
Notice Documents
-
https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=JAN425948
Asset Safety and Compliance Framework - This opportunity has been listed by LHC on behalf of the Welsh Procurement Alliance and our other regional entities: Consortium Procurement Construction (CPC) LHC London and South East (LSE) South-West Procurement Alliance (SWPA) Scottish Procurement Alliance (SPA) LHC/WPA is seeking suitable organisations for our Asset Safety & Compliance Services framework (ASC1). ASC1 will provide LHC/WPA clients with access to a range of asset safety consultancy, testing/inspection, servicing, and maintenance services to ensure the safety of their properties and comply with their landlord obligations. This new framework will replace our existing asbestos and vacant property protection framework agreements, and extend the scope to additional safety and compliance services. The ASC1 framework will consist of the following lots which interested parties can apply for. Lot 1a - Asbestos Consultancy Lot 1b - Asbestos Surveys and Testing Lot 1c - Asbestos Removals and Remedial Lot 2a - Property Protection and Associated Services Lot 3a - Water Hygiene Testing and Consultancy Lot 3b - Water System Maintenance, Remedials and Associated Services 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 Lot 5a - Fixed Wire Testing (EICR) and Remedials Lot 5b - Portable Appliance Testing Within each lot there will be a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within. To express an interest in the project and access the tender documents, organisations will need to register via our eTendering portal using the link as follows: https://in-tendhost.co.uk/lhc/aspx/Home
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-kuma6s-128343-2023-03-06T00:00:00Z",
"date": "2023-03-06T00:00:00Z",
"ocid": "ocds-kuma6s-128343",
"initiationType": "tender",
"parties": [
{
"id": "org-3",
"name": "LHC for the Welsh Procurement Alliance (WPA)",
"identifier": {
"legalName": "LHC for the Welsh Procurement Alliance (WPA)"
},
"address": {
"streetAddress": "Royal House, 2-4 Vine Street",
"locality": "Uxbridge",
"region": "UK",
"postalCode": "UB8 1QE"
},
"contactPoint": {
"email": "procurement@lhc.gov.uk",
"telephone": "+44 1895274800",
"url": "https://in-tendhost.co.uk/lhc/aspx/ProjectManage/4"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"description": "Public Sector Framework Provider",
"scheme": "COFOG"
}
],
"url": "http://www.lhc.gov.uk"
}
},
{
"id": "org-2",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-33",
"name": "LHC for the Welsh Procurement Alliance (WPA)",
"identifier": {
"legalName": "LHC for the Welsh Procurement Alliance (WPA)"
},
"address": {
"streetAddress": "Royal House, 2-4 Vine Street",
"locality": "Uxbridge",
"region": "UK",
"postalCode": "UB8 1QE"
},
"contactPoint": {
"email": "procurement@lhc.gov.uk",
"telephone": "+44 1895274800"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.lhc.gov.uk"
}
}
],
"buyer": {
"name": "LHC for the Welsh Procurement Alliance (WPA)",
"id": "org-33"
},
"tender": {
"id": "ocds-kuma6s-128343-tender-129694-ASC1",
"title": "Asset Safety and Compliance Framework",
"description": "This opportunity has been listed by LHC on behalf of the Welsh Procurement Alliance and our other regional entities: Consortium Procurement Construction (CPC) LHC London and South East (LSE) South-West Procurement Alliance (SWPA) Scottish Procurement Alliance (SPA) LHC/WPA is seeking suitable organisations for our Asset Safety & Compliance Services framework (ASC1). ASC1 will provide LHC/WPA clients with access to a range of asset safety consultancy, testing/inspection, servicing, and maintenance services to ensure the safety of their properties and comply with their landlord obligations. This new framework will replace our existing asbestos and vacant property protection framework agreements, and extend the scope to additional safety and compliance services. The ASC1 framework will consist of the following lots which interested parties can apply for. Lot 1a - Asbestos Consultancy Lot 1b - Asbestos Surveys and Testing Lot 1c - Asbestos Removals and Remedial Lot 2a - Property Protection and Associated Services Lot 3a - Water Hygiene Testing and Consultancy Lot 3b - Water System Maintenance, Remedials and Associated Services 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 Lot 5a - Fixed Wire Testing (EICR) and Remedials Lot 5b - Portable Appliance Testing Within each lot there will be a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within. To express an interest in the project and access the tender documents, organisations will need to register via our eTendering portal using the link as follows: https://in-tendhost.co.uk/lhc/aspx/Home",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45262660",
"scheme": "CPV"
},
{
"id": "90650000",
"scheme": "CPV"
},
{
"id": "71317210",
"scheme": "CPV"
},
{
"id": "79417000",
"scheme": "CPV"
},
{
"id": "71315200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "71315300",
"scheme": "CPV"
},
{
"id": "79311000",
"scheme": "CPV"
},
{
"id": "79311200",
"scheme": "CPV"
},
{
"id": "45214620",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
},
{
"id": "71630000",
"scheme": "CPV"
},
{
"id": "71632000",
"scheme": "CPV"
},
{
"id": "90650000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "45262660",
"scheme": "CPV"
},
{
"id": "90650000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "70331000",
"scheme": "CPV"
},
{
"id": "70332000",
"scheme": "CPV"
},
{
"id": "70332300",
"scheme": "CPV"
},
{
"id": "90911200",
"scheme": "CPV"
},
{
"id": "77312000",
"scheme": "CPV"
},
{
"id": "45111213",
"scheme": "CPV"
},
{
"id": "79711000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "45232430",
"scheme": "CPV"
},
{
"id": "38910000",
"scheme": "CPV"
},
{
"id": "71610000",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"id": "71800000",
"scheme": "CPV"
},
{
"id": "45232430",
"scheme": "CPV"
},
{
"id": "90733000",
"scheme": "CPV"
},
{
"id": "42912310",
"scheme": "CPV"
},
{
"id": "42912330",
"scheme": "CPV"
},
{
"id": "51514110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"id": "39721411",
"scheme": "CPV"
},
{
"id": "39721410",
"scheme": "CPV"
},
{
"id": "50531200",
"scheme": "CPV"
},
{
"id": "50720000",
"scheme": "CPV"
},
{
"id": "71314310",
"scheme": "CPV"
},
{
"id": "50531100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"id": "31161200",
"scheme": "CPV"
},
{
"id": "39721411",
"scheme": "CPV"
},
{
"id": "39721410",
"scheme": "CPV"
},
{
"id": "50511200",
"scheme": "CPV"
},
{
"id": "50531200",
"scheme": "CPV"
},
{
"id": "09323000",
"scheme": "CPV"
},
{
"id": "42515000",
"scheme": "CPV"
},
{
"id": "50720000",
"scheme": "CPV"
},
{
"id": "71314310",
"scheme": "CPV"
},
{
"id": "50531100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"id": "42500000",
"scheme": "CPV"
},
{
"id": "42520000",
"scheme": "CPV"
},
{
"id": "45331000",
"scheme": "CPV"
},
{
"id": "45331200",
"scheme": "CPV"
},
{
"id": "45331210",
"scheme": "CPV"
},
{
"id": "71315410",
"scheme": "CPV"
},
{
"id": "71321400",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "9"
},
{
"id": "12",
"additionalClassifications": [
{
"id": "38500000",
"scheme": "CPV"
},
{
"id": "71630000",
"scheme": "CPV"
},
{
"id": "38900000",
"scheme": "CPV"
},
{
"id": "50532000",
"scheme": "CPV"
},
{
"id": "50711000",
"scheme": "CPV"
},
{
"id": "45310000",
"scheme": "CPV"
},
{
"id": "71314100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "12"
},
{
"id": "10",
"additionalClassifications": [
{
"id": "39717000",
"scheme": "CPV"
},
{
"id": "39717200",
"scheme": "CPV"
},
{
"id": "42512000",
"scheme": "CPV"
},
{
"id": "45331000",
"scheme": "CPV"
},
{
"id": "45331220",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "10"
},
{
"id": "11",
"additionalClassifications": [
{
"id": "50711000",
"scheme": "CPV"
},
{
"id": "45311100",
"scheme": "CPV"
},
{
"id": "71314100",
"scheme": "CPV"
},
{
"id": "45310000",
"scheme": "CPV"
},
{
"id": "50532000",
"scheme": "CPV"
},
{
"id": "71630000",
"scheme": "CPV"
},
{
"id": "71631000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "11"
}
],
"value": {
"amount": 135000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/lhc/aspx/ProjectManage/4",
"tenderPeriod": {
"endDate": "2023-03-16T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-03-16T14:00:00Z"
},
"documents": [
{
"id": "JAN425948",
"documentType": "contractNotice",
"title": "Asset Safety and Compliance Framework",
"description": "This opportunity has been listed by LHC on behalf of the Welsh Procurement Alliance and our other regional entities: Consortium Procurement Construction (CPC) LHC London and South East (LSE) South-West Procurement Alliance (SWPA) Scottish Procurement Alliance (SPA) LHC/WPA is seeking suitable organisations for our Asset Safety & Compliance Services framework (ASC1). ASC1 will provide LHC/WPA clients with access to a range of asset safety consultancy, testing/inspection, servicing, and maintenance services to ensure the safety of their properties and comply with their landlord obligations. This new framework will replace our existing asbestos and vacant property protection framework agreements, and extend the scope to additional safety and compliance services. The ASC1 framework will consist of the following lots which interested parties can apply for. Lot 1a - Asbestos Consultancy Lot 1b - Asbestos Surveys and Testing Lot 1c - Asbestos Removals and Remedial Lot 2a - Property Protection and Associated Services Lot 3a - Water Hygiene Testing and Consultancy Lot 3b - Water System Maintenance, Remedials and Associated Services 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 Lot 5a - Fixed Wire Testing (EICR) and Remedials Lot 5b - Portable Appliance Testing Within each lot there will be a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within. To express an interest in the project and access the tender documents, organisations will need to register via our eTendering portal using the link as follows: https://in-tendhost.co.uk/lhc/aspx/Home",
"url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=JAN425948",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "1A - Asbestos Consultancy",
"description": "Lot 1A will cover Asbestos Consultancy. LHC/WPA is looking for experienced organisations who can provide specialist asbestos consultancy services to assist partners with the management of asbestos within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "2",
"title": "1B - Asbestos Surveys & Testing",
"description": "Lot 1B will cover Asbestos survey and testing services. LHC/WPA is looking for experienced organisations who can provide specialist asbestos sampling, testing and analysis services to assist partners with the management of asbestos within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Asbestos Management Surveys > Asbestos Refurbishment & Demolition Surveys > Reinspection Surveys > Air monitoring and 4 stage clearance Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to eight (8) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "3",
"title": "1C - Asbestos Removal & Disposal Works",
"description": "Workstream 1c will cover Asbestos Consultancy. LHC/WPA is looking for experienced organisations who can provide specialist asbestos management services to assist partners with the containment, protection and removal of asbestos within their properties. Full details can be found in the procurement documents provided however the scope of this lot will include: - Asbestos remediation, removal and encapsulation / protection works - Disposal of asbestos containing materials Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "4",
"title": "2A - Property Protection and Associated Services",
"description": "Lot 2A will cover property protection and associated services. LHC/WPA is looking for experienced organisations who can provide a wide range of specialist property protection and associated services for both vacant and occupied properties. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "5",
"title": "3A - Water Hygiene Testing and Consultancy",
"description": "Lot 3A will cover water hygiene testing and consultancy. LHC/WPA is looking for 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. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "6",
"title": "3B - Water System Maintenance, Remedials and Associated Services",
"description": "Lot 3B will cover water system maintenance, remedials and associated services. LHC/WPA is looking for 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. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "7",
"title": "4A - Gas Heating Systems Inspection, Servicing & Remedial (Domestic)",
"description": "Lot 4A will cover gas safety & heating systems inspection, servicing & remedial (domestic) works. LHC/WPA is looking for experienced organisations who can provide domestic gas inspection (LGSR), servicing, maintenance, and remedial services to assist partners with the management of domestic gas appliances within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Annual inspection of domestic gas burning and heating system appliances > Responsive maintenance works, both proactive and reactive > Installations of replacement systems, either in part or full Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "8",
"title": "4B - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)",
"description": "Lot 4B will cover gas safety & heating systems inspection, servicing & remedial (commercial) services. LHC/WPA is looking for 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. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "9",
"title": "4C - Ventilation Systems Inspection, Servicing and Maintenance",
"description": "Lot 4C will cover ventilation systems inspection, servicing and maintenance. LHC/WPA is looking for experienced organisations who can provide inspection, servicing, maintenance, and remedial services for a range of ventilation systems within their properties. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "12",
"title": "5B - Portable Appliance Testing (PAT)",
"description": "Lot 5B will cover portable appliance testing (PAT). LHC/WPA is looking for experienced organisations who can provide inspection, testing and certification of portable electrical appliances and equipment. Full details of the scope can be found in the procurement documents provided. Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "10",
"title": "4D - HVAC (Air Conditioning) Servicing and Maintenance",
"description": "Lot 4D will cover HVAC systems inspection, servicing and maintenance. LHC/WPA is looking for 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. Full details of the scope can be found in the procurement documents provided however 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "11",
"title": "5A - Fixed Wire Testing (EICR) and Remedials",
"description": "Lot 5A will cover fixed wire testing (EICR) and associated remedial works. LHC/WPA is looking for experienced organisations who can provide periodic inspection and testing of electrical installations within their properties, and the provision of EICRs. In addition (where requested) LHC/WPA 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 Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided. II.2.5) Award criteria. LHC/WPA intend to appoint up to six (6) bidders per regional area to ensure WPA clients have adequate service coverage within each region. LHC/WPA reserve the right to appoint additional bidders where LHC/WPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2023-03-16T14:00:00Z"
},
"contractTerms": {
"performanceTerms": "As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project LHC/WPA will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The required registrations, accreditations and certifications required vary by lot. Full details of the minimum requirements to be considered eligible to bid for each lot can be found in the procurement documents provided."
},
{
"type": "economic",
"description": "LHC will conduct a financial assessment. This assessment will allow LHC to carry out a robust assessment of a Bidders' financial standing. The assessment will have 2 stages: 1) Credit score - LHC will use Creditsafe to carry out initial checking of a Bidders' financial status. 2) Profitability, Stability and Liquidity Assessment - Bidders will be assessed on their financial stability based on a range of financial information obtained from the Bidders annual accounts. Bidders will be required to have the following minimum levels of insurance for all lots applied for: Employers (Compulsory) Liability Insurance: 5,000,000 GBP Public Liability Insurance: 5,000,000 GBP Dependent on the lots applied for, Bidders will also be required to have one or both of the following levels of insurance: Professional Indemnity Insurance: 2,000,000 GBP Product Liability Insurance: 2,000,000 GBP Full details of the minimum requirements to be considered eligible to bid for each lot can be found in the procurement documents provided."
},
{
"type": "technical",
"description": "List and brief description of selection criteria: Bidders are required to have the following ISO qualifications (UKAS) or equivalent: Health and Safety certification in accordance with ISO 45001 (please refer to ITT for accepted equivalents) Environmental Management certification in accordance with ISO 14001 (please refer to ITT for accepted equivalents) Quality Management certification in accordance with ISO 9001 (please refer to ITT for accepted equivalents)"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 999
}
},
"classification": {
"id": "71315000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "ocds-kuma6s-128343-amendment-129694-11",
"description": "Extension provided following request from bidders",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-03-16T12:00:00Z"
},
"newValue": {
"date": "2023-03-23T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
]
}
]
},
"language": "EN",
"description": "WPA / LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including clients of the Welsh Procurement Alliance). Thanks to the ongoing and collective feedback and input into the development of this framework, it is both designed and anticipated to support the vast majority of our clients' and partners' 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 Wales as defined by the Public Contracts Regulations 2015, 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. NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=128343. (WA Ref:128343) The buyer considers that this contract is suitable for consortia.",
"links": [
{
"rel": "canonical",
"href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-128343"
}
],
"noticetype": "OJEU - F14 - Corrigendum"
}