Notice Information
Notice Title
Fire Safety Framework
Notice Description
This framework covers the geographical area of England and has been procured on behalf of: Welsh Procurement Alliance (WPA) This new framework replaces our previous Fire Safety framework and extends the scope to include waking watch services, active fire protection, fire suppression and cladding remediation. The framework consists of 8 (eight) workstreams and some workstreams have multiple lots. As follows: Lot 1a - Fire Safety Consultancy - Lot 2a - Fire Risk Assessments and Fire Safety Inspections - Lot 3a - Waking Watch Services - Lot 4a - Installation, Maintenance & Remediation of Passive Fire Protection - Lot 5a - Installation of Active Fire Protection - Lot 5b - Active Fire Protection Testing, Servicing and Maintenance - Lot 6a - Installation of Fire Suppression Systems - Lot 6b - Fire Suppression System Testing, Servicing and Maintenance - Lot 7a - Cladding Remediation - Lot 8a - Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures - Lot 8b - Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures
Lot Information
Fire Consultancy
This consultancy lot delivers knowledge and advice on all aspects of fire safety including, fire safety legislation, active, passive and suppression systems to ensure safety and guide LHC clients with the formulation and reviewing fire risk assessments. The scope of this consultancy lot includes (but is not limited to): Fire Consultancy Advice on all fire safety aspects of Client portfolios Develop fire strategies, policies, procedures, and emergency plans Undertake PAS9980 assessments Undertake EWS1 reports Provide cost-benefit analysis of options for fire safety remedial solutions
Waking WatchThe waking watch service consists of suitably trained individuals who will continually patrol the interior and exterior areas of a building in order to ensure early detection of a fire and where necessary raise the alarm and ensure safe evacuation of the building. The core responsibilities of the individuals will be to: - Detect a fire in or within the boundaries of the building's environs. - Summon the Fire and Rescue Service and take appropriate action as required by the management strategy, including meeting the FRS on arrival. - Ensure all residents are alerted to begin simultaneous evacuation.
Installation of Passive Fire ProtectionThe Passive Fire Protection workstream is constructed to cover the specific items of fire protection that are typically installed in a building to protect the structural integrity of the building, limit the spread of fire and limit/control smoke spread. The scope of this lot includes the design, supply and installation of a range of passive fire protection measures including (but not limited to): Fire compartmentation works (including surveys and remedial works) Fire door surveys and installations Fire shutters and curtains Fire performance labelling Fire safety signage and Information
Active Fire Protection Testing, Servicing and MaintenanceThis lot covers the servicing, repair and maintenance of a range of active fire protection measures as necessary to ensure the Client's active fire safety systems are maintained in effective working order and free of fault and to ensure compliance with applicable fire safety legislation and standards. - Fire Alarm Systems servicing & maintenance - Emergency lighting design, - AOV (Automatic Opening Vents) - Domestic Smoke Alarm and Carbon Monoxide alarms - Fire Extinguishers and other manual fire suppression equipment
Installation of Fire Suppression SystemsThis workstream covers the design, installation and commissioning of a range of fire suppression measures typically installed in a building to limit the spread of fire and to limit / control smoke spread, to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards. Typical works delivered through this project will include the design, installation and commissioning of replacement or new: - Dry & Wet Risers - Sprinkler systems - Water Mist Systems
Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression MeasuresThe purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can cover multiple services that cover the service, maintenance and reactive support of passive, active or suppression fire measures either via direct labour or via sub-contractor where they will act as principal contractors.
Multi-Disciplinary - Installation of Passive, Active and Fire Suppression MeasuresThe purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can cover multiple services that cover the installation of passive, active or suppression fire measures either via direct labour or via sub-contractor where they will act as principal contractors.
Installation of Active Fire ProtectionThis workstream covers the design, installation and commissioning of a range of active fire protection measures as necessary to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards. - Fire Alarm Systems - Emergency lighting design, supply, install and commission - AOV (Automatic Opening Vents) - Domestic smoke alarms and carbon monoxide alarms - Fire Extinguishers and other manual fire suppression equipment
Fire Risk AssessmentsThe purpose of this Fire Risk Assessment lot is to advise LHC clients on identifying fire hazards, identifying individuals at risk, providing a method to evaluate, remove or deduce the risks of fire, recording the findings and providing appropriate actions. The scope of this lot will cover: Fire Risk assessments Block assessments
Cladding RemediationThe purpose of this cladding remediation lot is to provide LHC clients with a route to confirm the requirement to conduct remedial works to the external wall system (EWS) of a residential building, and subsequently carry out replacement or remediation of existing external cladding systems.
Fire Suppression System Testing, Servicing and MaintenanceThis workstream covers the testing, servicing and maintenance of a range of fire suppression measures typically installed in a building to limit the spread of fire and to limit / control smoke spread, to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards. Typical works delivered through this project will include the design, testing, and maintenance of: - Dry & Wet Risers - Sprinkler systems - Water Mist Systems
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-kuma6s-131802
- Publication Source
- Sell2Wales
- Latest Notice
- https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=131802
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
35 - Security, fire-fighting, police and defence equipment
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
31625200 - Fire-alarm systems
35111300 - Fire extinguishers
35111320 - Portable fire-extinguishers
35111500 - Fire suppression system
35111510 - Fire suppression hand tools
35111520 - Fire suppression foam or similar compounds
39525400 - Fire blankets
44212381 - Cladding
44221220 - Fire doors
44482000 - Fire-protection devices
45262650 - Cladding works
45312100 - Fire-alarm system installation work
45343000 - Fire-prevention installation works
45343100 - Fireproofing work
50413200 - Repair and maintenance services of firefighting equipment
71313410 - Risk or hazard assessment for construction
71315100 - Building-fabric consultancy services
71315200 - Building consultancy services
71317100 - Fire and explosion protection and control consultancy services
71317210 - Health and safety consultancy services
75251110 - Fire-prevention services
79417000 - Safety consultancy services
Notice Value(s)
- Tender Value
- £15,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1,300,000 £1M-£10M
Notice Dates
- Publication Date
- 2 Apr 20241 years ago
- Submission Deadline
- 10 Aug 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Apr 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LHC PROCUREMENT GROUP LTD ON BEHALF OF THE WELSH PROCUREMENT ALLIANCE
- Contact Name
- Not specified
- Contact Email
- procurement@lhcprocure.org.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=JUN441799
Fire Safety Framework - This opportunity has been listed on behalf of LHC and our regional businesses: Consortium Procurement Construction (CPC) London and South East (LSE) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) This procurement exercise is to establish a replacement to our successful FS1 Fire Safety Framework. Building on our existing FS1 framework, with FS2 we are expanding the scope to include a wider range of fire protection measures to offer our clients, the scope of which includes: - Lot 1a - Fire Safety Consultancy - Lot 2a - Fire Risk Assessments and Fire Safety Inspections - Lot 3a - Waking Watch Services - Lot 4a - Installation, Maintenance & Remediation of Passive Fire Protection - Lot 5a - Installation of Active Fire Protection - Lot 5b - Active Fire Protection Testing, Servicing and Maintenance - Lot 6a - Installation of Fire Suppression Systems - Lot 6b - Fire Suppression System Testing, Servicing and Maintenance - Lot 7a - Cladding Remediation - Lot 8a - Multi-Disciplinary - Installation - Lot 8b - Multi-Disciplinary - Servicing and Maintenance -
https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=APR473190
Fire Safety Framework - This framework covers the geographical area of England and has been procured on behalf of: Welsh Procurement Alliance (WPA) This new framework replaces our previous Fire Safety framework and extends the scope to include waking watch services, active fire protection, fire suppression and cladding remediation. The framework consists of 8 (eight) workstreams and some workstreams have multiple lots. As follows: Lot 1a - Fire Safety Consultancy - Lot 2a - Fire Risk Assessments and Fire Safety Inspections - Lot 3a - Waking Watch Services - Lot 4a - Installation, Maintenance & Remediation of Passive Fire Protection - Lot 5a - Installation of Active Fire Protection - Lot 5b - Active Fire Protection Testing, Servicing and Maintenance - Lot 6a - Installation of Fire Suppression Systems - Lot 6b - Fire Suppression System Testing, Servicing and Maintenance - Lot 7a - Cladding Remediation - Lot 8a - Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures - Lot 8b - Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures
Notice URLs
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-131802-2024-04-02T00:00:00Z",
"date": "2024-04-02T00:00:00Z",
"ocid": "ocds-kuma6s-131802",
"initiationType": "tender",
"parties": [
{
"id": "org-38",
"name": "LHC Procurement Group Ltd on behalf of the Welsh Procurement Alliance",
"identifier": {
"legalName": "LHC Procurement Group Ltd on behalf of the Welsh Procurement Alliance"
},
"address": {
"streetAddress": "Royal House. 2-4 Vine Street",
"locality": "Uxbridge",
"region": "UK",
"postalCode": "UB8 1QE"
},
"contactPoint": {
"email": "procurement@lhcprocure.org.uk",
"telephone": "+44 1895274800",
"url": "https://in-tendhost.co.uk/lhc/aspx/ProjectManage/15"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"description": "Public Sector Framework Provider",
"scheme": "COFOG"
}
],
"url": "https://www.lhcprocure.org.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-34",
"name": "LHC Procurement Group Ltd on behalf of the Welsh Procurement Alliance",
"identifier": {
"legalName": "LHC Procurement Group Ltd on behalf of the Welsh Procurement Alliance"
},
"address": {
"streetAddress": "Royal House. 2-4 Vine Street",
"locality": "Uxbridge",
"region": "UK",
"postalCode": "UB8 1QE"
},
"contactPoint": {
"email": "procurement@lhcprocure.org.uk",
"telephone": "+44 1895274800"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.lhcprocure.org.uk/"
}
},
{
"id": "org-187",
"name": "LHC Procurement Group Ltd on behalf of the Welsh Procurement Alliance",
"identifier": {
"legalName": "LHC Procurement Group Ltd on behalf of the Welsh Procurement Alliance"
},
"address": {
"streetAddress": "2-4 Vine Street",
"locality": "Uxbridge",
"region": "UK",
"postalCode": "UB8 1QE"
},
"contactPoint": {
"email": "procurement@lhcprocure.org.uk",
"telephone": "+44 1895274800"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"description": "Public Sector Framework Provider",
"scheme": "COFOG"
}
],
"url": "https://www.lhcprocure.org.uk/"
}
},
{
"id": "org-188",
"name": "Eco-Fire",
"identifier": {
"legalName": "Eco-Fire"
},
"address": {
"streetAddress": "LLANHARAN",
"locality": "RHONDDA CYNON TAF",
"region": "UKL15",
"postalCode": "CF729PD"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-189",
"name": "Fire Compliance Management Services Ltd",
"identifier": {
"legalName": "Fire Compliance Management Services Ltd"
},
"address": {
"streetAddress": "Mayflower Close, Chandler's Ford",
"locality": "Eastleigh",
"region": "UKJ35",
"postalCode": "SO54 4AR"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-190",
"name": "Fire-rite UK Ltd",
"identifier": {
"legalName": "Fire-rite UK Ltd"
},
"address": {
"streetAddress": "Unit 14, Roundabout Court, Bedwas House Ind Est,",
"locality": "Caerphilly,",
"region": "UKL16",
"postalCode": "CF838FS"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-191",
"name": "Firntec Ltd",
"identifier": {
"legalName": "Firntec Ltd"
},
"address": {
"streetAddress": "3 Parkway Court, Plymouth",
"locality": "Devon",
"region": "UKK41",
"postalCode": "PL6 8LR"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-192",
"name": "Global HSE Solutions Ltd",
"identifier": {
"legalName": "Global HSE Solutions Ltd"
},
"address": {
"streetAddress": "Harris House, Moorbridge Road East",
"locality": "Bingham",
"region": "UKF16",
"postalCode": "NG138GG"
},
"contactPoint": {
"telephone": "+44 1159899800"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-193",
"name": "Part B",
"identifier": {
"legalName": "Part B"
},
"address": {
"streetAddress": "Nottingham Road, Melton Mowbray",
"locality": "Leicestershire",
"region": "UKF22",
"postalCode": "LE13 0PB"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-194",
"name": "Ian Williams Limited",
"identifier": {
"legalName": "Ian Williams Limited"
},
"address": {
"streetAddress": "Ian Williams Limited, Quarry Road Chipping Sodbury",
"locality": "Bristol",
"region": "UKK12",
"postalCode": "BS376JL"
},
"contactPoint": {
"telephone": "+44 1454328003"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-195",
"name": "SERS Energy Solutions Group Ltd",
"identifier": {
"legalName": "SERS Energy Solutions Group Ltd"
},
"address": {
"streetAddress": "Unit 3a, Gallagher Retail Park",
"locality": "Caerphilly",
"region": "UKL16",
"postalCode": "CF833GX"
},
"contactPoint": {
"telephone": "+44 7500010692"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-196",
"name": "Ventro Ltd",
"identifier": {
"legalName": "Ventro Ltd"
},
"address": {
"streetAddress": "Aquilam House, 7 Darklake View, Estover",
"locality": "Plymouth",
"region": "UKK41",
"postalCode": "PL67TL"
},
"contactPoint": {
"telephone": "+44 8453810999"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-197",
"name": "Marlowe Fire & Security Limited",
"identifier": {
"legalName": "Marlowe Fire & Security Limited"
},
"address": {
"streetAddress": "5 Ohio Avenue, Salford Keys",
"locality": "Greater Manchester",
"region": "UKD34",
"postalCode": "M50 2GT"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-198",
"name": "Protec Fire Detection Plc",
"identifier": {
"legalName": "Protec Fire Detection Plc"
},
"address": {
"streetAddress": "Churchill Way",
"locality": "Nelson",
"region": "UKD4",
"postalCode": "BB96RT"
},
"contactPoint": {
"telephone": "+44 7973186376"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-199",
"name": "FCS-live Limited",
"identifier": {
"legalName": "FCS-live Limited"
},
"address": {
"streetAddress": "37 Lindenmuth Way, Greenham Business Park",
"locality": "Newbury",
"region": "UKJ11",
"postalCode": "RG19 6HW"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-200",
"name": "Tersus Consultancy Limited",
"identifier": {
"legalName": "Tersus Consultancy Limited"
},
"address": {
"streetAddress": "Rainham House, Manor Way",
"locality": "Rainham",
"region": "UKI52",
"postalCode": "RM138RH"
},
"contactPoint": {
"telephone": "+44 7841231184"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-201",
"name": "Fire & Evacuation Services Ltd",
"identifier": {
"legalName": "Fire & Evacuation Services Ltd"
},
"address": {
"streetAddress": "Silsden, Keighley",
"locality": "Bradford",
"region": "UKE4",
"postalCode": "BD20 9LQ"
},
"contactPoint": {
"telephone": "+44 7710873850"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-202",
"name": "Just Ask Estate Services Limited",
"identifier": {
"legalName": "Just Ask Estate Services Limited"
},
"address": {
"streetAddress": "Wintersells Road, West Byfleet",
"locality": "Surrey",
"region": "UKJ25",
"postalCode": "KT14 7LF"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-203",
"name": "Secure FM LTD",
"identifier": {
"legalName": "Secure FM LTD"
},
"address": {
"streetAddress": "Kemp House, 152-160 City Road",
"locality": "London",
"region": "UKI43",
"postalCode": "EC1V2NX"
},
"contactPoint": {
"telephone": "+44 7498921026"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-204",
"name": "SSG Support Services Group LTD",
"identifier": {
"legalName": "SSG Support Services Group LTD"
},
"address": {
"streetAddress": "49 Mawney Road, Romford",
"locality": "Essex",
"region": "UKI52",
"postalCode": "RM7 7HL"
},
"contactPoint": {
"telephone": "+44 7588820882"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-205",
"name": "Ark Fire Protection Ltd",
"identifier": {
"legalName": "Ark Fire Protection Ltd"
},
"address": {
"streetAddress": "Aldrich House, Vicarage Farm Road",
"locality": "Peterborough",
"region": "UKH11",
"postalCode": "PE15TP"
},
"contactPoint": {
"telephone": "+44 7961052779"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-206",
"name": "ASW PROPERTY SERVICES LTD",
"identifier": {
"legalName": "ASW PROPERTY SERVICES LTD"
},
"address": {
"streetAddress": "59 Village Farm Road, Village Farm Industrial Estate, Pyle",
"locality": "Bridgend",
"region": "UKL17",
"postalCode": "CF336BN"
},
"contactPoint": {
"telephone": "+44 1656748020"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-207",
"name": "Bell Group Ltd",
"identifier": {
"legalName": "Bell Group Ltd"
},
"address": {
"streetAddress": "Rochsolloch Road, Airdrie",
"locality": "North Lanarkshire",
"region": "UKM84",
"postalCode": "ML6 9BG"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-208",
"name": "CLC Contractors Limited",
"identifier": {
"legalName": "CLC Contractors Limited"
},
"address": {
"streetAddress": "Northbrook Industrial Estate, Vincent Avenue",
"locality": "Southampton",
"region": "UKJ32",
"postalCode": "SO166PB"
},
"contactPoint": {
"telephone": "+44 2380701111"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-209",
"name": "R&M Williams (Holdings) Ltd",
"identifier": {
"legalName": "R&M Williams (Holdings) Ltd"
},
"address": {
"streetAddress": "Williams House, Station Square",
"locality": "Neath",
"region": "UKL17",
"postalCode": "SA111BY"
},
"contactPoint": {
"telephone": "+44 7957075069"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-210",
"name": "OpenView Security Solutions Limited",
"identifier": {
"legalName": "OpenView Security Solutions Limited"
},
"address": {
"streetAddress": "Openview House, Chesham Close",
"locality": "Romford",
"region": "UKI51",
"postalCode": "RM77PJ"
},
"contactPoint": {
"telephone": "+44 8450719110",
"faxNumber": "+44 8450719111"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-211",
"name": "Snowdonia Fire Protection Limited",
"identifier": {
"legalName": "Snowdonia Fire Protection Limited"
},
"address": {
"streetAddress": "Waunfawr, Caernarfon",
"locality": "Gwynedd",
"region": "UKL12",
"postalCode": "LL55 4YS"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-212",
"name": "Tremorfa Ltd",
"identifier": {
"legalName": "Tremorfa Ltd"
},
"address": {
"streetAddress": "The Terrace Suite, St Mellons Hotel",
"locality": "Cardiff",
"region": "UKL21",
"postalCode": "CF32XR"
},
"contactPoint": {
"telephone": "+44 2920330000"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-213",
"name": "Premier Technical Services Group Ltd",
"identifier": {
"legalName": "Premier Technical Services Group Ltd"
},
"address": {
"streetAddress": "Whistler Drive, Castleford",
"locality": "West Yorkshire",
"region": "UKE45",
"postalCode": "WF10 5HW"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-214",
"name": "Bailey Partnership (Consultants) LLP",
"identifier": {
"legalName": "Bailey Partnership (Consultants) LLP"
},
"address": {
"streetAddress": "2 Craigie Drive, The Millfields, Plymouth",
"locality": "Devon",
"region": "UKK1"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-3",
"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"
]
}
],
"buyer": {
"name": "LHC Procurement Group Ltd on behalf of the Welsh Procurement Alliance",
"id": "org-187"
},
"tender": {
"id": "ocds-kuma6s-131802-tender-140306-FS2",
"title": "Fire Safety Framework",
"description": "This framework covers the geographical area of England and has been procured on behalf of: Welsh Procurement Alliance (WPA) This new framework replaces our previous Fire Safety framework and extends the scope to include waking watch services, active fire protection, fire suppression and cladding remediation. The framework consists of 8 (eight) workstreams and some workstreams have multiple lots. As follows: Lot 1a - Fire Safety Consultancy - Lot 2a - Fire Risk Assessments and Fire Safety Inspections - Lot 3a - Waking Watch Services - Lot 4a - Installation, Maintenance & Remediation of Passive Fire Protection - Lot 5a - Installation of Active Fire Protection - Lot 5b - Active Fire Protection Testing, Servicing and Maintenance - Lot 6a - Installation of Fire Suppression Systems - Lot 6b - Fire Suppression System Testing, Servicing and Maintenance - Lot 7a - Cladding Remediation - Lot 8a - Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures - Lot 8b - Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71315200",
"scheme": "CPV"
},
{
"id": "71315100",
"scheme": "CPV"
},
{
"id": "71317100",
"scheme": "CPV"
},
{
"id": "71317210",
"scheme": "CPV"
},
{
"id": "79417000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "1"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "75251110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "44221220",
"scheme": "CPV"
},
{
"id": "35111500",
"scheme": "CPV"
},
{
"id": "44482000",
"scheme": "CPV"
},
{
"id": "45343000",
"scheme": "CPV"
},
{
"id": "45343100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "4"
},
{
"id": "6",
"additionalClassifications": [
{
"id": "31625200",
"scheme": "CPV"
},
{
"id": "35111300",
"scheme": "CPV"
},
{
"id": "35111320",
"scheme": "CPV"
},
{
"id": "39525400",
"scheme": "CPV"
},
{
"id": "50413200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"id": "35111500",
"scheme": "CPV"
},
{
"id": "35111510",
"scheme": "CPV"
},
{
"id": "35111520",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "7"
},
{
"id": "11",
"additionalClassifications": [
{
"id": "35111500",
"scheme": "CPV"
},
{
"id": "44221220",
"scheme": "CPV"
},
{
"id": "44482000",
"scheme": "CPV"
},
{
"id": "45343000",
"scheme": "CPV"
},
{
"id": "45343100",
"scheme": "CPV"
},
{
"id": "31625200",
"scheme": "CPV"
},
{
"id": "35111300",
"scheme": "CPV"
},
{
"id": "35111320",
"scheme": "CPV"
},
{
"id": "39525400",
"scheme": "CPV"
},
{
"id": "50413200",
"scheme": "CPV"
},
{
"id": "35111510",
"scheme": "CPV"
},
{
"id": "35111520",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "11"
},
{
"id": "10",
"additionalClassifications": [
{
"id": "35111500",
"scheme": "CPV"
},
{
"id": "35111510",
"scheme": "CPV"
},
{
"id": "35111520",
"scheme": "CPV"
},
{
"id": "31625200",
"scheme": "CPV"
},
{
"id": "35111300",
"scheme": "CPV"
},
{
"id": "35111320",
"scheme": "CPV"
},
{
"id": "39525400",
"scheme": "CPV"
},
{
"id": "44482000",
"scheme": "CPV"
},
{
"id": "45312100",
"scheme": "CPV"
},
{
"id": "44221220",
"scheme": "CPV"
},
{
"id": "45343000",
"scheme": "CPV"
},
{
"id": "45343100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "10"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "31625200",
"scheme": "CPV"
},
{
"id": "35111300",
"scheme": "CPV"
},
{
"id": "35111320",
"scheme": "CPV"
},
{
"id": "39525400",
"scheme": "CPV"
},
{
"id": "44482000",
"scheme": "CPV"
},
{
"id": "45312100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "5"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "75251110",
"scheme": "CPV"
},
{
"id": "71313410",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "2"
},
{
"id": "9",
"additionalClassifications": [
{
"id": "44212381",
"scheme": "CPV"
},
{
"id": "45262650",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "9"
},
{
"id": "8",
"additionalClassifications": [
{
"id": "35111500",
"scheme": "CPV"
},
{
"id": "35111510",
"scheme": "CPV"
},
{
"id": "35111520",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "8"
}
],
"value": {
"amount": 15000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/lhc/aspx/ProjectManage/15",
"tenderPeriod": {
"endDate": "2023-08-10T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-08-10T14:00:00Z"
},
"documents": [
{
"id": "JUN441799",
"documentType": "contractNotice",
"title": "Fire Safety Framework",
"description": "This opportunity has been listed on behalf of LHC and our regional businesses: Consortium Procurement Construction (CPC) London and South East (LSE) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) This procurement exercise is to establish a replacement to our successful FS1 Fire Safety Framework. Building on our existing FS1 framework, with FS2 we are expanding the scope to include a wider range of fire protection measures to offer our clients, the scope of which includes: - Lot 1a - Fire Safety Consultancy - Lot 2a - Fire Risk Assessments and Fire Safety Inspections - Lot 3a - Waking Watch Services - Lot 4a - Installation, Maintenance & Remediation of Passive Fire Protection - Lot 5a - Installation of Active Fire Protection - Lot 5b - Active Fire Protection Testing, Servicing and Maintenance - Lot 6a - Installation of Fire Suppression Systems - Lot 6b - Fire Suppression System Testing, Servicing and Maintenance - Lot 7a - Cladding Remediation - Lot 8a - Multi-Disciplinary - Installation - Lot 8b - Multi-Disciplinary - Servicing and Maintenance",
"url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=JUN441799",
"format": "text/html"
},
{
"id": "APR473190",
"documentType": "awardNotice",
"title": "Fire Safety Framework",
"description": "This framework covers the geographical area of England and has been procured on behalf of: Welsh Procurement Alliance (WPA) This new framework replaces our previous Fire Safety framework and extends the scope to include waking watch services, active fire protection, fire suppression and cladding remediation. The framework consists of 8 (eight) workstreams and some workstreams have multiple lots. As follows: Lot 1a - Fire Safety Consultancy - Lot 2a - Fire Risk Assessments and Fire Safety Inspections - Lot 3a - Waking Watch Services - Lot 4a - Installation, Maintenance & Remediation of Passive Fire Protection - Lot 5a - Installation of Active Fire Protection - Lot 5b - Active Fire Protection Testing, Servicing and Maintenance - Lot 6a - Installation of Fire Suppression Systems - Lot 6b - Fire Suppression System Testing, Servicing and Maintenance - Lot 7a - Cladding Remediation - Lot 8a - Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures - Lot 8b - Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures",
"url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=APR473190",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Fire Consultancy",
"description": "This consultancy lot delivers knowledge and advice on all aspects of fire safety including, fire safety legislation, active, passive and suppression systems to ensure safety and guide LHC clients with the formulation and reviewing fire risk assessments. The scope of this consultancy lot includes (but is not limited to): Fire Consultancy Advice on all fire safety aspects of Client portfolios Develop fire strategies, policies, procedures, and emergency plans Undertake PAS9980 assessments Undertake EWS1 reports Provide cost-benefit analysis of options for fire safety remedial solutions",
"status": "complete",
"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": "Waking Watch",
"description": "The waking watch service consists of suitably trained individuals who will continually patrol the interior and exterior areas of a building in order to ensure early detection of a fire and where necessary raise the alarm and ensure safe evacuation of the building. The core responsibilities of the individuals will be to: - Detect a fire in or within the boundaries of the building's environs. - Summon the Fire and Rescue Service and take appropriate action as required by the management strategy, including meeting the FRS on arrival. - Ensure all residents are alerted to begin simultaneous evacuation.",
"status": "complete",
"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": "Installation of Passive Fire Protection",
"description": "The Passive Fire Protection workstream is constructed to cover the specific items of fire protection that are typically installed in a building to protect the structural integrity of the building, limit the spread of fire and limit/control smoke spread. The scope of this lot includes the design, supply and installation of a range of passive fire protection measures including (but not limited to): Fire compartmentation works (including surveys and remedial works) Fire door surveys and installations Fire shutters and curtains Fire performance labelling Fire safety signage and Information",
"status": "complete",
"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": "Active Fire Protection Testing, Servicing and Maintenance",
"description": "This lot covers the servicing, repair and maintenance of a range of active fire protection measures as necessary to ensure the Client's active fire safety systems are maintained in effective working order and free of fault and to ensure compliance with applicable fire safety legislation and standards. - Fire Alarm Systems servicing & maintenance - Emergency lighting design, - AOV (Automatic Opening Vents) - Domestic Smoke Alarm and Carbon Monoxide alarms - Fire Extinguishers and other manual fire suppression equipment",
"status": "complete",
"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": "Installation of Fire Suppression Systems",
"description": "This workstream covers the design, installation and commissioning of a range of fire suppression measures typically installed in a building to limit the spread of fire and to limit / control smoke spread, to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards. Typical works delivered through this project will include the design, installation and commissioning of replacement or new: - Dry & Wet Risers - Sprinkler systems - Water Mist Systems",
"status": "complete",
"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": "Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures",
"description": "The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can cover multiple services that cover the service, maintenance and reactive support of passive, active or suppression fire measures either via direct labour or via sub-contractor where they will act as principal contractors.",
"status": "complete",
"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": "Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures",
"description": "The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can cover multiple services that cover the installation of passive, active or suppression fire measures either via direct labour or via sub-contractor where they will act as principal contractors.",
"status": "complete",
"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": "Installation of Active Fire Protection",
"description": "This workstream covers the design, installation and commissioning of a range of active fire protection measures as necessary to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards. - Fire Alarm Systems - Emergency lighting design, supply, install and commission - AOV (Automatic Opening Vents) - Domestic smoke alarms and carbon monoxide alarms - Fire Extinguishers and other manual fire suppression equipment",
"status": "complete",
"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": "Fire Risk Assessments",
"description": "The purpose of this Fire Risk Assessment lot is to advise LHC clients on identifying fire hazards, identifying individuals at risk, providing a method to evaluate, remove or deduce the risks of fire, recording the findings and providing appropriate actions. The scope of this lot will cover: Fire Risk assessments Block assessments",
"status": "complete",
"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": "Cladding Remediation",
"description": "The purpose of this cladding remediation lot is to provide LHC clients with a route to confirm the requirement to conduct remedial works to the external wall system (EWS) of a residential building, and subsequently carry out replacement or remediation of existing external cladding systems.",
"status": "complete",
"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": "Fire Suppression System Testing, Servicing and Maintenance",
"description": "This workstream covers the testing, servicing and maintenance of a range of fire suppression measures typically installed in a building to limit the spread of fire and to limit / control smoke spread, to achieve fire safety compliance and current and future applicable fire safety legislation, (currently the Fire Safety Order 2005) and their associated British Standards. Typical works delivered through this project will include the design, testing, and maintenance of: - Dry & Wet Risers - Sprinkler systems - Water Mist Systems",
"status": "complete",
"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": "2023-08-10T14:00:00Z"
},
"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"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Fire Consultancy - UKAS accredited level 3 certificate in fire safety, UKAS accredited level 4 diploma in fire safety for fire inspectors or equivalent. Passive Fire Certifications The following or equivalent - Registered to undertake passive fire solution to penetration seals by an approved professional body e.g., LPCB 1531, FIRAS, BM Trada or IFC. - Registered to undertake maintenance of fire doors by an approved professional body e.g., LPCB 1271/1197, FIRAS, BM Trada or IFC. Active Fire Certicfications: Fire Alarm System Installations and Maintenance: The following or equivalent - Registered to undertake fire alarm design installation, maintenance, and commissioning by an approved professional body e.g., BAFE SP203-1 SP201 or LPS 1014. Portable Fire Extinguishers: The following or equivalent - Registered to undertake Portable Fire Extinguishers install and maintenance by an approved professional body e.g., BAFE SP101. Emergency Lighting Systems: The following or equivalent - Registered to undertake Emergency Lighting Systems design installation, maintenance, and commissioning by an approved professional body e.g., BAFE SP203-4. Fire Suppression Certifications Dry Riser / Wet Riser Maintenance: The following or equivalent - Registered to undertake Dry Riser / Wet Riser Maintenance by an approved professional body e.g., BAFE SP105. Fire Sprinkler Systems: The following or equivalent - Registered to undertake Fire Sprinkler system maintenance by an approved professional body e.g., Technical Bulletin TB203 Cladding - A level 6 award qualification which is Ofqual regulated qualification, accredited by ABBE (Awarding Body for the Build Environment) or working towards."
},
{
"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: Lots 1-3 Employers (Compulsory) Liability Insurance: 5,000,000 GBP Public Liability Insurance: 5,000,000 GBP Professional Indemnity Insurance: 2,000,000 GBP Lots 4-10 Employers (Compulsory) Liability Insurance: 10,000,000 GBP Public Liability Insurance: 5,000,000 GBP 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.",
"minimum": "The minimum turnover requirements to apply for a lot are set as follows: Lots 1, 2 - 250K Lot 3 - 100K Lots 4, 5, 5, 7, 8 - 500K Lots 9, 10 - 500K"
},
{
"type": "technical",
"description": "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
},
"classification": {
"id": "75251110",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "ocds-kuma6s-131802-amendment-133119-7",
"description": "Tender deadline extension granted",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-08-10T12:00:00Z"
},
"newValue": {
"date": "2023-08-24T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2023-08-10T14:00:00Z"
},
"newValue": {
"date": "2023-08-24T14:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2023/S 000-017807"
}
],
"description": "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:140306)",
"links": [
{
"rel": "canonical",
"href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-131802"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ocds-kuma6s-131802-award-140306-310",
"title": "Fire Consultancy",
"suppliers": [
{
"id": "org-188",
"name": "Eco-Fire"
},
{
"id": "org-189",
"name": "Fire Compliance Management Services Ltd"
},
{
"id": "org-190",
"name": "Fire-rite UK Ltd"
},
{
"id": "org-191",
"name": "Firntec Ltd"
},
{
"id": "org-192",
"name": "Global HSE Solutions Ltd"
},
{
"id": "org-193",
"name": "Part B"
}
],
"relatedLots": [
"1"
]
},
{
"id": "ocds-kuma6s-131802-award-140306-311",
"title": "Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures",
"suppliers": [
{
"id": "org-192",
"name": "Global HSE Solutions Ltd"
},
{
"id": "org-194",
"name": "Ian Williams Limited"
},
{
"id": "org-195",
"name": "SERS Energy Solutions Group Ltd"
},
{
"id": "org-196",
"name": "Ventro Ltd"
}
],
"relatedLots": [
"10"
]
},
{
"id": "ocds-kuma6s-131802-award-140306-312",
"title": "Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures",
"suppliers": [
{
"id": "org-197",
"name": "Marlowe Fire & Security Limited"
},
{
"id": "org-198",
"name": "Protec Fire Detection Plc"
},
{
"id": "org-196",
"name": "Ventro Ltd"
}
],
"relatedLots": [
"11"
]
},
{
"id": "ocds-kuma6s-131802-award-140306-313",
"title": "Fire Risk Assessments",
"suppliers": [
{
"id": "org-188",
"name": "Eco-Fire"
},
{
"id": "org-199",
"name": "FCS-live Limited"
},
{
"id": "org-190",
"name": "Fire-rite UK Ltd"
},
{
"id": "org-191",
"name": "Firntec Ltd"
},
{
"id": "org-192",
"name": "Global HSE Solutions Ltd"
},
{
"id": "org-200",
"name": "Tersus Consultancy Limited"
},
{
"id": "org-189",
"name": "Fire Compliance Management Services Ltd"
}
],
"relatedLots": [
"2"
]
},
{
"id": "ocds-kuma6s-131802-award-140306-314",
"title": "Waking Watch",
"suppliers": [
{
"id": "org-201",
"name": "Fire & Evacuation Services Ltd"
},
{
"id": "org-202",
"name": "Just Ask Estate Services Limited"
},
{
"id": "org-203",
"name": "Secure FM LTD"
},
{
"id": "org-204",
"name": "SSG Support Services Group LTD"
}
],
"relatedLots": [
"3"
]
},
{
"id": "ocds-kuma6s-131802-award-140306-315",
"title": "Installation of Passive Fire Protection",
"suppliers": [
{
"id": "org-205",
"name": "Ark Fire Protection Ltd"
},
{
"id": "org-206",
"name": "ASW PROPERTY SERVICES LTD"
},
{
"id": "org-207",
"name": "Bell Group Ltd"
},
{
"id": "org-208",
"name": "CLC Contractors Limited"
},
{
"id": "org-192",
"name": "Global HSE Solutions Ltd"
},
{
"id": "org-194",
"name": "Ian Williams Limited"
},
{
"id": "org-209",
"name": "R&M Williams (Holdings) Ltd"
},
{
"id": "org-196",
"name": "Ventro Ltd"
}
],
"relatedLots": [
"4"
]
},
{
"id": "ocds-kuma6s-131802-award-140306-316",
"title": "Installation of Active Fire Protection",
"suppliers": [
{
"id": "org-190",
"name": "Fire-rite UK Ltd"
},
{
"id": "org-192",
"name": "Global HSE Solutions Ltd"
},
{
"id": "org-210",
"name": "OpenView Security Solutions Limited"
},
{
"id": "org-198",
"name": "Protec Fire Detection Plc"
},
{
"id": "org-211",
"name": "Snowdonia Fire Protection Limited"
},
{
"id": "org-212",
"name": "Tremorfa Ltd"
},
{
"id": "org-196",
"name": "Ventro Ltd"
}
],
"relatedLots": [
"5"
]
},
{
"id": "ocds-kuma6s-131802-award-140306-317",
"title": "Active Fire Protection Testing, Servicing and Maintenance",
"suppliers": [
{
"id": "org-192",
"name": "Global HSE Solutions Ltd"
},
{
"id": "org-197",
"name": "Marlowe Fire & Security Limited"
},
{
"id": "org-210",
"name": "OpenView Security Solutions Limited"
},
{
"id": "org-213",
"name": "Premier Technical Services Group Ltd"
},
{
"id": "org-198",
"name": "Protec Fire Detection Plc"
},
{
"id": "org-211",
"name": "Snowdonia Fire Protection Limited"
},
{
"id": "org-212",
"name": "Tremorfa Ltd"
},
{
"id": "org-196",
"name": "Ventro Ltd"
}
],
"relatedLots": [
"6"
]
},
{
"id": "ocds-kuma6s-131802-award-140306-318",
"title": "Fire Suppression System Testing, Servicing and Maintenance",
"suppliers": [
{
"id": "org-197",
"name": "Marlowe Fire & Security Limited"
},
{
"id": "org-213",
"name": "Premier Technical Services Group Ltd"
},
{
"id": "org-198",
"name": "Protec Fire Detection Plc"
},
{
"id": "org-196",
"name": "Ventro Ltd"
}
],
"relatedLots": [
"8"
]
},
{
"id": "ocds-kuma6s-131802-award-140306-319",
"title": "Cladding Remediation",
"suppliers": [
{
"id": "org-214",
"name": "Bailey Partnership (Consultants) LLP"
},
{
"id": "org-192",
"name": "Global HSE Solutions Ltd"
},
{
"id": "org-195",
"name": "SERS Energy Solutions Group Ltd"
}
],
"relatedLots": [
"9"
]
},
{
"id": "ocds-kuma6s-131802-award-140306-320",
"title": "Installation of Fire Suppression Systems",
"suppliers": [
{
"id": "org-198",
"name": "Protec Fire Detection Plc"
},
{
"id": "org-196",
"name": "Ventro Ltd"
}
],
"relatedLots": [
"7"
]
}
],
"contracts": [
{
"id": "ocds-kuma6s-131802-award-140306-310",
"awardID": "ocds-kuma6s-131802-award-140306-310",
"title": "Fire Consultancy",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2024-04-02T00:00:00Z"
},
{
"id": "ocds-kuma6s-131802-award-140306-311",
"awardID": "ocds-kuma6s-131802-award-140306-311",
"title": "Multi-Disciplinary - Installation of Passive, Active and Fire Suppression Measures",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2024-04-02T00:00:00Z"
},
{
"id": "ocds-kuma6s-131802-award-140306-312",
"awardID": "ocds-kuma6s-131802-award-140306-312",
"title": "Multi-Disciplinary - Testing, Servicing and Maintenance of Passive, Active and Fire Suppression Measures",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2024-04-02T00:00:00Z"
},
{
"id": "ocds-kuma6s-131802-award-140306-313",
"awardID": "ocds-kuma6s-131802-award-140306-313",
"title": "Fire Risk Assessments",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2024-04-02T00:00:00Z"
},
{
"id": "ocds-kuma6s-131802-award-140306-314",
"awardID": "ocds-kuma6s-131802-award-140306-314",
"title": "Waking Watch",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2024-04-02T00:00:00Z"
},
{
"id": "ocds-kuma6s-131802-award-140306-315",
"awardID": "ocds-kuma6s-131802-award-140306-315",
"title": "Installation of Passive Fire Protection",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2024-04-02T00:00:00Z"
},
{
"id": "ocds-kuma6s-131802-award-140306-316",
"awardID": "ocds-kuma6s-131802-award-140306-316",
"title": "Installation of Active Fire Protection",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2024-04-02T00:00:00Z"
},
{
"id": "ocds-kuma6s-131802-award-140306-317",
"awardID": "ocds-kuma6s-131802-award-140306-317",
"title": "Active Fire Protection Testing, Servicing and Maintenance",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2024-04-02T00:00:00Z"
},
{
"id": "ocds-kuma6s-131802-award-140306-318",
"awardID": "ocds-kuma6s-131802-award-140306-318",
"title": "Fire Suppression System Testing, Servicing and Maintenance",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2024-04-02T00:00:00Z"
},
{
"id": "ocds-kuma6s-131802-award-140306-319",
"awardID": "ocds-kuma6s-131802-award-140306-319",
"title": "Cladding Remediation",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2024-04-02T00:00:00Z"
},
{
"id": "ocds-kuma6s-131802-award-140306-320",
"awardID": "ocds-kuma6s-131802-award-140306-320",
"title": "Installation of Fire Suppression Systems",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2024-04-02T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1478",
"measure": "bids",
"value": 10,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1479",
"measure": "smeBids",
"value": 6,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1480",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1481",
"measure": "foreignBidsFromNonEU",
"value": 10,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1482",
"measure": "electronicBids",
"value": 10,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1483",
"measure": "bids",
"value": 5,
"relatedLot": "10"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1484",
"measure": "smeBids",
"value": 3,
"relatedLot": "10"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1485",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "10"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1486",
"measure": "foreignBidsFromNonEU",
"value": 5,
"relatedLot": "10"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1487",
"measure": "electronicBids",
"value": 5,
"relatedLot": "10"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1488",
"measure": "bids",
"value": 3,
"relatedLot": "11"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1489",
"measure": "smeBids",
"value": 1,
"relatedLot": "11"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1490",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "11"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1491",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "11"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1492",
"measure": "electronicBids",
"value": 3,
"relatedLot": "11"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1493",
"measure": "bids",
"value": 15,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1494",
"measure": "smeBids",
"value": 6,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1495",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1496",
"measure": "foreignBidsFromNonEU",
"value": 15,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1497",
"measure": "electronicBids",
"value": 15,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1498",
"measure": "bids",
"value": 4,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1499",
"measure": "smeBids",
"value": 3,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1500",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1501",
"measure": "foreignBidsFromNonEU",
"value": 4,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1502",
"measure": "electronicBids",
"value": 4,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1503",
"measure": "bids",
"value": 13,
"relatedLot": "4"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1504",
"measure": "smeBids",
"value": 5,
"relatedLot": "4"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1505",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1506",
"measure": "foreignBidsFromNonEU",
"value": 13,
"relatedLot": "4"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1507",
"measure": "electronicBids",
"value": 13,
"relatedLot": "4"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1508",
"measure": "bids",
"value": 8,
"relatedLot": "5"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1509",
"measure": "smeBids",
"value": 7,
"relatedLot": "5"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1510",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "5"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1511",
"measure": "foreignBidsFromNonEU",
"value": 8,
"relatedLot": "5"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1512",
"measure": "electronicBids",
"value": 8,
"relatedLot": "5"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1513",
"measure": "bids",
"value": 10,
"relatedLot": "6"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1514",
"measure": "smeBids",
"value": 4,
"relatedLot": "6"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1515",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "6"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1516",
"measure": "foreignBidsFromNonEU",
"value": 10,
"relatedLot": "6"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1517",
"measure": "electronicBids",
"value": 10,
"relatedLot": "6"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1518",
"measure": "bids",
"value": 5,
"relatedLot": "8"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1519",
"measure": "smeBids",
"value": 1,
"relatedLot": "8"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1520",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "8"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1521",
"measure": "foreignBidsFromNonEU",
"value": 5,
"relatedLot": "8"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1522",
"measure": "electronicBids",
"value": 5,
"relatedLot": "8"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1523",
"measure": "bids",
"value": 5,
"relatedLot": "9"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1524",
"measure": "smeBids",
"value": 3,
"relatedLot": "9"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1525",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "9"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1526",
"measure": "foreignBidsFromNonEU",
"value": 5,
"relatedLot": "9"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1527",
"measure": "electronicBids",
"value": 5,
"relatedLot": "9"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1528",
"measure": "bids",
"value": 3,
"relatedLot": "7"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1529",
"measure": "smeBids",
"value": 1,
"relatedLot": "7"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1530",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "7"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1531",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "7"
},
{
"id": "ocds-kuma6s-131802-bidsstatistic-140306-1532",
"measure": "electronicBids",
"value": 3,
"relatedLot": "7"
}
]
}
}