Notice Information
Notice Title
FIRE SAFETY - PASSIVE FIRE PROTECTION
Notice Description
This Framework is to supply competent and capable economic operators to help public sector organisations (Clients) manage their buildings/environments as occupiers or landlords in the provision of fire safety for life safety, property, environmental and asset protection. The scope of this framework includes: - Inspection, installation, repair and maintenance of fire and security doors, doorsets, shutters, passive and active smoke/fire barriers, and escape route signage. The scope includes the design, installation, administration and management of all works including specialist sub-contractors. Our Clients have various building types from simple to complex buildings, properties with sleeping accommodation, and public buildings, across a large geographical area.
Lot Information
FS1-P Passive Fire Protection - UKM5 - North Eastern Scotland
Passive Fire Protection works by Third-Party Certified economical operators. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation Requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. UKAS accredited third-party certification schemes that provide as a minimum: i. Penetration Sealing ii. Installation of Fire doors iii. Maintenance of Fire doors h. Approved Certification bodies, or equal and equivalent, to: i. LPCB ii. FIRAS iii. BM TRADA iv. IFC Certification Ltd Works shall include: -Compartmentalisation surveys, including invasive surveys -Passive Fire Protection -Fire Doors, installation and maintenance -Fire safety signage -Principal Contractor/Designer duties -Management of other specialist contractors. To ensure the framework is open to both national suppliers and local SME's we have divided the opportunity by region. In addition, there will be a super lot comprising of all companies awarded.
FS1-P Passive Fire Protection - UKM6 - Highlands and IslandsPassive Fire Protection works by Third-Party Certified economical operators. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. UKAS accredited third-party certification schemes that provide, as a minimum: i. Penetration Sealing ii. Installation of Fire doors iii. Maintenance of Fire doors h. Approved Certification bodies, or equal and equivalent, to: i. LPCB ii. FIRAS iii. BM TRADA iv. IFC Certification Ltd Works shall include: -Compartmentalisation surveys, including invasive surveys -Passive Fire Protection -Fire Doors, installation and maintenance -Fire safety signage -Principal Contractor/Designer duties -Management of other specialist contractors. To ensure the framework is open to both national suppliers and local SME's we have divided the opportunity by region. In addition, there will be a super lot comprising of all companies awarded.
FS1-P Passive Fire Protection - UKM7 - East ScotlandPassive Fire Protection works by Third-Party Certified economical operators. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. UKAS accredited third-party certification schemes that provide as a minimum: i. Penetration Sealing ii. Installation of Fire doors iii. Maintenance of Fire doors h. Approved Certification bodies, or equal and equivalent, to: i. LPCB ii. FIRAS iii. BM TRADA iv. IFC Certification Ltd Works shall include: -Compartmentalisation surveys, including invasive surveys -Passive Fire Protection -Fire Doors, installation and maintenance -Fire safety signage -Principal Contractor/Designer duties -Management of other specialist contractors. To ensure the framework is open to both national suppliers and local SME's we have divided the opportunity by region. In addition, there will be a super lot comprising of all companies awarded.
FS1-P Passive Fire Protection - UKM8 - West Central ScotlandPassive Fire Protection works by Third-Party Certified economical operators. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. UKAS accredited third-party certification schemes that provide as a minimum: i. Penetration Sealing ii. Installation of Fire doors iii. Maintenance of Fire doors h. Approved Certification bodies, or equal and equivalent, to: i. LPCB ii. FIRAS iii. BM TRADA iv. IFC Certification Ltd Works shall include: -Compartmentalisation surveys, including invasive surveys -Passive Fire Protection -Fire Doors, installation and maintenance -Fire safety signage -Principal Contractor/Designer duties -Management of other specialist contractors. To ensure the framework is open to both national suppliers and local SME's we have divided the opportunity by region. In addition, there will be a super lot comprising of all companies awarded.
FS1-P Passive Fire Protection - UKM9 - Southern ScotlandPassive Fire Protection works by Third-Party Certified economical operators. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. UKAS accredited third-party certification schemes that provide as a minimum: i. Penetration Sealing ii. Installation of Fire doors iii. Maintenance of Fire doors h. Approved Certification bodies, or equal and equivalent, to: i. LPCB ii. FIRAS iii. BM TRADA iv. IFC Certification Ltd Works shall include: -Compartmentalisation surveys, including invasive surveys -Passive Fire Protection -Fire Doors, installation and maintenance -Fire safety signage -Principal Contractor/Designer duties -Management of other specialist contractors. To ensure the framework is open to both national suppliers and local SME's we have divided the opportunity by region. In addition, there will be a super lot comprising of all companies awarded.
FS1-P Passive Fire Protection - UKM - Scotland SuperlotCompanies cannot apply for this lot. All companies appointed to Scottish regional lots are automatically appointed to this lot.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000572451
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB345162
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
44221220 - Fire doors
45210000 - Building construction work
45343000 - Fire-prevention installation works
45343100 - Fireproofing work
Notice Value(s)
- Tender Value
- £20,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Feb 20197 years ago
- Submission Deadline
- 12 Mar 2019Expired
- 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 ON BEHALF OF THE SCOTTISH PROCUREMENT ALLIANCE (SPA)
- Contact Name
- Not specified
- Contact Email
- colin.scoines@lhc.gov.uk
- Contact Phone
- +44 1506894395
Buyer Location
- Locality
- LIVINGSTON
- Postcode
- EH54 8AF
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM14 West Lothian
- Delivery Location
- TLM Scotland, TLM5 North Eastern Scotland, TLM6 Highlands and Islands, TLM7 Eastern Scotland, TLM8 West Central Scotland, TLM9 Southern Scotland
-
- Local Authority
- West Lothian
- Electoral Ward
- Livingston North
- Westminster Constituency
- Livingston
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB345162
FIRE SAFETY - PASSIVE FIRE PROTECTION - This Framework is to supply competent and capable economic operators to help public sector organisations (Clients) manage their buildings/environments as occupiers or landlords in the provision of fire safety for life safety, property, environmental and asset protection. The scope of this framework includes: - Inspection, installation, repair and maintenance of fire and security doors, doorsets, shutters, passive and active smoke/fire barriers, and escape route signage. The scope includes the design, installation, administration and management of all works including specialist sub-contractors. Our Clients have various building types from simple to complex buildings, properties with sleeping accommodation, and public buildings, across a large geographical area.
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-r6ebe6-0000572451-2019-02-11T00:00:00Z",
"date": "2019-02-11T00:00:00Z",
"ocid": "ocds-r6ebe6-0000572451",
"initiationType": "tender",
"parties": [
{
"id": "org-38",
"name": "LHC on behalf of the Scottish Procurement Alliance (SPA)",
"identifier": {
"legalName": "LHC on behalf of the Scottish Procurement Alliance (SPA)"
},
"address": {
"streetAddress": "6 Deer Park Avenue",
"locality": "Livingston",
"region": "UKM",
"postalCode": "EH54 8AF"
},
"contactPoint": {
"email": "colin.scoines@lhc.gov.uk",
"telephone": "+44 1506894395",
"url": "https://procontract.due-north.com/Advert?advertId=94c9bc82-6a29-e911-80f2-005056b64545&p=8b355dc0-f604-e711-80dd-005056b64545"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "public sector framework provider",
"scheme": "COFOG"
}
],
"url": "http://www.scottishprocurement.scot"
}
},
{
"id": "org-39",
"name": "LHC",
"identifier": {
"legalName": "LHC"
},
"address": {
"streetAddress": "2 Vine Street",
"locality": "Uxbridge",
"postalCode": "UB81QE"
},
"contactPoint": {
"telephone": "+44 1895274800",
"url": "http://"
},
"roles": [
"mediationBody",
"reviewContactPoint"
]
}
],
"buyer": {
"name": "LHC on behalf of the Scottish Procurement Alliance (SPA)",
"id": "org-38"
},
"tender": {
"id": "FS1-P",
"title": "FIRE SAFETY - PASSIVE FIRE PROTECTION",
"description": "This Framework is to supply competent and capable economic operators to help public sector organisations (Clients) manage their buildings/environments as occupiers or landlords in the provision of fire safety for life safety, property, environmental and asset protection. The scope of this framework includes: - Inspection, installation, repair and maintenance of fire and security doors, doorsets, shutters, passive and active smoke/fire barriers, and escape route signage. The scope includes the design, installation, administration and management of all works including specialist sub-contractors. Our Clients have various building types from simple to complex buildings, properties with sleeping accommodation, and public buildings, across a large geographical area.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45343100",
"scheme": "CPV"
},
{
"id": "44221220",
"scheme": "CPV"
},
{
"id": "45210000",
"scheme": "CPV"
},
{
"id": "45343000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across the region, and the framework terms allow for work to be undertaken in the other regions."
},
"deliveryAddresses": [
{
"region": "UKM5"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "44221220",
"scheme": "CPV"
},
{
"id": "45210000",
"scheme": "CPV"
},
{
"id": "45343100",
"scheme": "CPV"
},
{
"id": "45343000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across the region, and the framework terms allow for work to be undertaken in the other regions."
},
"deliveryAddresses": [
{
"region": "UKM6"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "45343100",
"scheme": "CPV"
},
{
"id": "44221220",
"scheme": "CPV"
},
{
"id": "45210000",
"scheme": "CPV"
},
{
"id": "45343000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across the region, and the framework terms allow for work to be undertaken in the other regions."
},
"deliveryAddresses": [
{
"region": "UKM7"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "45343100",
"scheme": "CPV"
},
{
"id": "44221220",
"scheme": "CPV"
},
{
"id": "45210000",
"scheme": "CPV"
},
{
"id": "45343000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across the region, and the framework terms allow for work to be undertaken in the other regions."
},
"deliveryAddresses": [
{
"region": "UKM8"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "45343100",
"scheme": "CPV"
},
{
"id": "44221220",
"scheme": "CPV"
},
{
"id": "45210000",
"scheme": "CPV"
},
{
"id": "45343000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across the region, and the framework terms allow for work to be undertaken in the other regions."
},
"deliveryAddresses": [
{
"region": "UKM9"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"id": "45343100",
"scheme": "CPV"
},
{
"id": "44221220",
"scheme": "CPV"
},
{
"id": "45210000",
"scheme": "CPV"
},
{
"id": "45343000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Various locations across the region. The framework terms allows for work to also be undertaken in other regions"
},
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "6"
}
],
"value": {
"amount": 20000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com",
"tenderPeriod": {
"endDate": "2019-03-12T16:00:00Z"
},
"awardPeriod": {
"startDate": "2019-03-13T10:00:00Z"
},
"documents": [
{
"id": "FEB345162",
"documentType": "contractNotice",
"title": "FIRE SAFETY - PASSIVE FIRE PROTECTION",
"description": "This Framework is to supply competent and capable economic operators to help public sector organisations (Clients) manage their buildings/environments as occupiers or landlords in the provision of fire safety for life safety, property, environmental and asset protection. The scope of this framework includes: - Inspection, installation, repair and maintenance of fire and security doors, doorsets, shutters, passive and active smoke/fire barriers, and escape route signage. The scope includes the design, installation, administration and management of all works including specialist sub-contractors. Our Clients have various building types from simple to complex buildings, properties with sleeping accommodation, and public buildings, across a large geographical area.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB345162",
"format": "text/html"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"lots": [
{
"id": "1",
"title": "FS1-P Passive Fire Protection - UKM5 - North Eastern Scotland",
"description": "Passive Fire Protection works by Third-Party Certified economical operators. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation Requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. UKAS accredited third-party certification schemes that provide as a minimum: i. Penetration Sealing ii. Installation of Fire doors iii. Maintenance of Fire doors h. Approved Certification bodies, or equal and equivalent, to: i. LPCB ii. FIRAS iii. BM TRADA iv. IFC Certification Ltd Works shall include: -Compartmentalisation surveys, including invasive surveys -Passive Fire Protection -Fire Doors, installation and maintenance -Fire safety signage -Principal Contractor/Designer duties -Management of other specialist contractors. To ensure the framework is open to both national suppliers and local SME's we have divided the opportunity by region. In addition, there will be a super lot comprising of all companies awarded.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Qualitative",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "2",
"title": "FS1-P Passive Fire Protection - UKM6 - Highlands and Islands",
"description": "Passive Fire Protection works by Third-Party Certified economical operators. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. UKAS accredited third-party certification schemes that provide, as a minimum: i. Penetration Sealing ii. Installation of Fire doors iii. Maintenance of Fire doors h. Approved Certification bodies, or equal and equivalent, to: i. LPCB ii. FIRAS iii. BM TRADA iv. IFC Certification Ltd Works shall include: -Compartmentalisation surveys, including invasive surveys -Passive Fire Protection -Fire Doors, installation and maintenance -Fire safety signage -Principal Contractor/Designer duties -Management of other specialist contractors. To ensure the framework is open to both national suppliers and local SME's we have divided the opportunity by region. In addition, there will be a super lot comprising of all companies awarded.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Qualitative",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "3",
"title": "FS1-P Passive Fire Protection - UKM7 - East Scotland",
"description": "Passive Fire Protection works by Third-Party Certified economical operators. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. UKAS accredited third-party certification schemes that provide as a minimum: i. Penetration Sealing ii. Installation of Fire doors iii. Maintenance of Fire doors h. Approved Certification bodies, or equal and equivalent, to: i. LPCB ii. FIRAS iii. BM TRADA iv. IFC Certification Ltd Works shall include: -Compartmentalisation surveys, including invasive surveys -Passive Fire Protection -Fire Doors, installation and maintenance -Fire safety signage -Principal Contractor/Designer duties -Management of other specialist contractors. To ensure the framework is open to both national suppliers and local SME's we have divided the opportunity by region. In addition, there will be a super lot comprising of all companies awarded.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Qualitative",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "4",
"title": "FS1-P Passive Fire Protection - UKM8 - West Central Scotland",
"description": "Passive Fire Protection works by Third-Party Certified economical operators. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. UKAS accredited third-party certification schemes that provide as a minimum: i. Penetration Sealing ii. Installation of Fire doors iii. Maintenance of Fire doors h. Approved Certification bodies, or equal and equivalent, to: i. LPCB ii. FIRAS iii. BM TRADA iv. IFC Certification Ltd Works shall include: -Compartmentalisation surveys, including invasive surveys -Passive Fire Protection -Fire Doors, installation and maintenance -Fire safety signage -Principal Contractor/Designer duties -Management of other specialist contractors. To ensure the framework is open to both national suppliers and local SME's we have divided the opportunity by region. In addition, there will be a super lot comprising of all companies awarded.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Qualitative",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "5",
"title": "FS1-P Passive Fire Protection - UKM9 - Southern Scotland",
"description": "Passive Fire Protection works by Third-Party Certified economical operators. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. UKAS accredited third-party certification schemes that provide as a minimum: i. Penetration Sealing ii. Installation of Fire doors iii. Maintenance of Fire doors h. Approved Certification bodies, or equal and equivalent, to: i. LPCB ii. FIRAS iii. BM TRADA iv. IFC Certification Ltd Works shall include: -Compartmentalisation surveys, including invasive surveys -Passive Fire Protection -Fire Doors, installation and maintenance -Fire safety signage -Principal Contractor/Designer duties -Management of other specialist contractors. To ensure the framework is open to both national suppliers and local SME's we have divided the opportunity by region. In addition, there will be a super lot comprising of all companies awarded.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Qualitative",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "6",
"title": "FS1-P Passive Fire Protection - UKM - Scotland Superlot",
"description": "Companies cannot apply for this lot. All companies appointed to Scottish regional lots are automatically appointed to this lot.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Qualitative",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2019-03-13T10:00:00Z"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "LHC uses the following ratios to evaluate each Tenderer's financial status: Turnover: this is calculated as twice the typical value for projects called off this framework. If a company's turnover in each of the last two years exceeds GBP 1,000,000 then it passes. Failure to meet the minimum turnover amount will exclude the tenderer to further evaluation. For new start-ups, demonstrate financial status(e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status). LHC shall consider the information and may accept the company with or without financial restrictions. Profitability: this is calculated as profit after tax but before dividends and minority interests. Liquidity: this is calculated as current assets and work in progress, divided by current liabilities. If a company passes both Profitability and Liquidity, the company meets the framework requirement. If you fail either Profitability or Liquidity LHC shall require additional financial information from tenderers, and take this into consideration in the financial assessment process and also obtain independent assessments on the financial information provided by the tenderer, or where applicable the Parent/ Holding Company, and take this into consideration in the financial assessment, LHC shall consider the information and may accept the company with or without financial restrictions. Failure to meet both Profitability and Liquidity criteria will exclude the tenderer to further evaluation. The ability to meet the ESPD form including, Legal status, Blacklisting, Modern slavery, Fair working practices and involvement/support of local community schemes as may be stated in a call-off contract. FURTHER DETAILS ARE PROVIDED WITHIN THE ITT DOCUMENTATION"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true
},
"classification": {
"id": "45343000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 213-441749"
}
],
"description": "LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout mainland UK (including partners of the Scottish 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 Scotland as defined by the Public Contracts Regulations (Scotland) 2015 and as listed on www.scottishprocurement.scot/24 and at present include but are 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. The use of Project Bank Accounts may be mandated depending on the value of the project . A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The community benefit requirements will be set by clients on each individual call-off contract depending on the size and location of each contract. (SC Ref:572451)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000572451"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}