Tender

Asset Safety and Compliance Framework

LHC FOR THE SCOTTISH PROCUREMENT ALLIANCE (SPA)

This public procurement record has 3 releases in its history.

TenderUpdate

06 Mar 2023 at 00:00

Tender

30 Jan 2023 at 00:00

Planning

30 Aug 2022 at 00:00

Summary of the contracting process

The procurement process, led by LHC for the Scottish Procurement Alliance, involves the tender for the "Asset Safety and Compliance Framework." This framework aims to provide a range of asset safety consultancy, testing/inspection, servicing, and maintenance services to ensure the safety of buildings. The procurement stage is currently active, with a tender period ending on 16th March 2023. Interested organisations can find more details and register via the eTendering portal.

This tender opportunity presents a chance for organisations offering services in asset safety, compliance, and maintenance to compete for providing services under various lots. Businesses involved in areas such as asbestos consultancy, fire safety systems, water testing, and HVAC servicing would be well-suited to participate. The procurement method is open, with a value of £135 million GBP, providing opportunities for growth and collaboration within the industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Asset Safety and Compliance Framework

Notice Description

This opportunity has been listed by LHC on behalf of the Scottish Procurement Alliance and our other regional entities: Consortium Procurement Construction (CPC) LHC London and South East (LSE) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC/SPA is seeking suitable organisations for our Asset Safety & Compliance Services framework (ASC1). ASC1 will provide LHC/SPA partners with access to a range of asset safety consultancy, testing/inspection, servicing, and maintenance services to ensure the safety of their properties and comply with their landlord obligations. This new framework will replace our existing asbestos and vacant property protection framework agreements, and extend the scope to additional safety and compliance services. The ASC1 framework will consist of the following lots which interested parties can apply for. Lot 1a - Asbestos Consultancy Lot 1b - Asbestos Surveys and Testing Lot 1c - Asbestos Removals and Remedial Lot 2a - Property Protection and Associated Services Lot 3a - Water Hygiene Testing and Consultancy Lot 3b - Water System Maintenance, Remedials and Associated Services Lot 4a - Gas Heating Systems Inspection, Servicing & Remedial (Domestic) Lot 4b - Gas Heating Systems Inspection, Servicing & Remedial (Commercial) Lot 4c - Ventilation Systems Inspection, Servicing and Maintenance Lot 4d - HVAC (Air Conditioning) Servicing and Maintenance Lot 5a - Fixed Wire Testing (EICR) and Remedials Lot 5b - Portable Appliance Testing Within each lot there will be a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within. To express an interest in the project and access the tender documents, organisations will need to register via our eTendering portal using the link as follows: https://in-tendhost.co.uk/lhc/aspx/Home

Lot Information

1A - Asbestos Consultancy

Lot 1A will cover Asbestos Consultancy. LHC/SPA is looking for experienced organisations who can provide specialist asbestos consultancy services to assist partners with the management of asbestos within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Desktop reviews of asbestos management plans > Asbestos management plans > Priority risk assessment inclusive of action plans > Asbestos awareness training > Duty to manage training > Contaminated land consultancy > Project management consultancy for managing removal works Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

1B - Asbestos Surveys & Testing

Lot 1B will cover Asbestos survey and testing services. LHC/SPA is looking for experienced organisations who can provide specialist asbestos sampling, testing and analysis services to assist partners with the management of asbestos within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Asbestos Management Surveys > Asbestos Refurbishment & Demolition Surveys > Reinspection Surveys > Air monitoring and 4 stage clearance Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to eight (8) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

1C - Asbestos Removal & Disposal Works

Workstream 1c will cover Asbestos Consultancy. LHC/SPA is looking for experienced organisations who can provide specialist asbestos management services to assist partners with the containment, protection and removal of asbestos within their properties. Full details can be found in the procurement documents provided however the scope of this lot will include: - Asbestos remediation, removal and encapsulation / protection works - Disposal of asbestos containing materials Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

2A - Property Protection and Associated Services

Lot 2A will cover property protection and associated services. LHC/SPA is looking for experienced organisations who can provide a wide range of specialist property protection and associated services for both vacant and occupied properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Installation of physical security such as security screens, doors, barricades and fencing > Installation of CCTV and other electronic access control and alarm systems > Utilities shut off, drain down and recommission > Boarding up services > Internal and external property general cleaning and clearance services > Specialist cleaning services > Mould treatment and management > Pest control Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

3A - Water Hygiene Testing and Consultancy

Lot 3A will cover water hygiene testing and consultancy. LHC/SPA is looking for experienced organisations who can provide specialist water hygiene testing, advice and consultancy services to assist partner with the management of risk related to legionella and other water borne pathogens. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Independent consultancy and advice on water risk management plans and procedures (new and existing plans) > Legionella risk assessment services > Water testing and analytical services > Legionella and water risk awareness training > Providing guidance on remedial actions to reduce exposure Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

3B - Water System Maintenance, Remedials and Associated Services

Lot 3B will cover water system maintenance, remedials and associated services. LHC/SPA is looking for experienced organisations who can provide specialist water maintenance services to assist partners with the proactive management of their water systems within their properties to reduce the risk of legionella and other water borne pathogens. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Implementation of legionella prevention management plans > Installation and maintenance of water system cleansing, filtration and other treatment systems > Hydrostatic pressure testing > New mains and internal water system chlorination service > Closed system flushing, dosing, and analysis > TMV (Thermostatic Mixing Valves) and filter installation, service and maintenance Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

4A - Gas Heating Systems Inspection, Servicing & Remedial (Domestic)

Lot 4A will cover gas safety & heating systems inspection, servicing & remedial (domestic) works. LHC/SPA is looking for experienced organisations who can provide domestic gas inspection (LGSR), servicing, maintenance, and remedial services to assist partners with the management of domestic gas appliances within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Annual inspection of domestic gas burning and heating system appliances > Responsive maintenance works, both proactive and reactive > Installations of replacement systems, either in part or full Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

4B - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)

Lot 4B will cover gas safety & heating systems inspection, servicing & remedial (commercial) services. LHC/SPA is looking for experienced organisations who can provide commercial / non domestic gas inspection (LGSR), servicing, maintenance, and remedial services to assist partners with the management of their non domestic gas appliances within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Annual inspection of commercial / non domestic gas burning and heating system appliances > Responsive maintenance works, both proactive and reactive > Installations of replacement systems, either in part or full Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

4C - Ventilation Systems Inspection, Servicing and Maintenance

Lot 4C will cover ventilation systems inspection, servicing and maintenance. LHC/SPA is looking for experienced organisations who can provide inspection, servicing, maintenance, and remedial services for a range of ventilation systems within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Annual inspection services > Maintenance works, both proactive and reactive > Installation of replacement systems either in part or full Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

4D - HVAC (Air Conditioning) Servicing and Maintenance

Lot 4D will cover HVAC systems inspection, servicing and maintenance. LHC/SPA is looking for experienced organisations who can provide inspection, servicing, maintenance, and remedial services for a range of heating, ventilation and air conditioning (HVAC) systems within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Annual inspection services > Maintenance works, both proactive and reactive > Installation of replacement systems either in part or full Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

5B - Portable Appliance Testing (PAT)

Lot 5B will cover portable appliance testing (PAT). LHC/SPA is looking for experienced organisations who can provide inspection, testing and certification of portable electrical appliances and equipment. Full details of the scope can be found in the procurement documents provided. Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

5A - Fixed Wire Testing (EICR) and Remedials

Lot 5A will cover fixed wire testing (EICR) and associated remedial works. LHC/SPA is looking for experienced organisations who can provide periodic inspection and testing of electrical installations within their properties, and the provision of EICRs. In addition (where requested) LHC/SPA clients may require remedial of faults identified during inspection. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Testing and certification of electrical installations and provision of electrical safety certificates > Testing and certification of associated electrical elements (e.g. EV chargers) Remedials and replacements of electrical components Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000704841
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR472841
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

31 - Electrical machinery, apparatus, equipment and consumables; lighting

38 - Laboratory, optical and precision equipments (excl. glasses)

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

42 - Industrial machinery

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)

70 - Real estate services

71 - Architectural, construction, engineering and inspection services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

09323000 - District heating

31161200 - Gas cooling systems

38500000 - Checking and testing apparatus

38900000 - Miscellaneous evaluation or testing instruments

38910000 - Hygiene monitoring and testing equipment

39717000 - Fans and air-conditioning appliances

39717200 - Air-conditioning appliances

39721410 - Gas appliances

39721411 - Gas heaters

42500000 - Cooling and ventilation equipment

42512000 - Air-conditioning installations

42515000 - District heating boiler

42520000 - Ventilation equipment

42912310 - Water filtration apparatus

42912330 - Water-purifying apparatus

45111213 - Site-clearance work

45214620 - Research and testing facilities construction work

45232430 - Water-treatment work

45262660 - Asbestos-removal work

45310000 - Electrical installation work

45311100 - Electrical wiring work

45331000 - Heating, ventilation and air-conditioning installation work

45331200 - Ventilation and air-conditioning installation work

45331210 - Ventilation installation work

45331220 - Air-conditioning installation work

50511200 - Repair and maintenance services of gas pumps

50531100 - Repair and maintenance services of boilers

50531200 - Gas appliance maintenance services

50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment

50711000 - Repair and maintenance services of electrical building installations

50720000 - Repair and maintenance services of central heating

51514110 - Installation services of machinery and apparatus for filtering or purifying water

70331000 - Residential property services

70332000 - Non-residential property services

70332200 - Commercial property management services

70332300 - Industrial property services

71314100 - Electrical services

71314310 - Heating engineering services for buildings

71315000 - Building services

71315200 - Building consultancy services

71315300 - Building surveying services

71315410 - Inspection of ventilation system

71317210 - Health and safety consultancy services

71321400 - Ventilation consultancy services

71600000 - Technical testing, analysis and consultancy services

71610000 - Composition and purity testing and analysis services

71630000 - Technical inspection and testing services

71631000 - Technical inspection services

71632000 - Technical testing services

71800000 - Consulting services for water-supply and waste consultancy

77312000 - Weed-clearance services

79311000 - Survey services

79311200 - Survey conduction services

79417000 - Safety consultancy services

79711000 - Alarm-monitoring services

90650000 - Asbestos removal services

90733000 - Services related to water pollution

90911200 - Building-cleaning services

Notice Value(s)

Tender Value
£135,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Mar 20232 years ago
Submission Deadline
16 Mar 2023Expired
Future Notice Date
7 Dec 2022Expired
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

Contracting Authority (Buyer)

Main Buyer
LHC FOR THE SCOTTISH PROCUREMENT ALLIANCE (SPA)
Contact Name
Not specified
Contact Email
procurement@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

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=AUG457609
    Asset Safety and Compliance Framework - This is a Prior Information Notice (PIN) to provide awareness of an upcoming framework tender for asset safety & compliance services. This opportunity has been listed on behalf of LHC and our regional businesses: Consortium Procurement Construction (CPC) LHC London and South East (LSE) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC is currently planning a procurement of an asset safety and compliance framework which will encompass a range of services to ensure the safety of public sector buildings and the equipment within them. The exact scope of the framework may be subject to change following the pre-tender market engagement carried out by LHC but services that are currently envisaged to be included within this future framework are as follows: - Asbestos Consultancy, Surveys and Removal - Fire Safety Systems Servicing, Maintenance and Consultancy - Vacant Property Protection and Associated Services - Water Testing, Treatment and Management - Gas Appliances and Equipment Servicing and Maintenance - Passenger Lifts and Lifting Equipment Testing and Maintenance - Lightning and Fall Protection Equipement Testing and Maintenance - HVAC Equipment Servicing and Maintenance - Electrical Safety Testing - Radon Gas Testing and Remedial Services The framework will seek to replace our existing Asbestos Services (AS2), Fire Safety (FS1) and Vacant Properties (V7) frameworks, whilst incorporating additional services. LHC intend to carry out further engagement webinars with interested parties in due course to discuss our initial proposals, timescales for the tender and gain feedback before finalising the framework and issuing the tender. To register an interest in the upcoming framework tender, and to receive further information on the webinar and how to book onto a session please express an interest in the project via our eTendering portal using the link as follows: https://in-tendhost.co.uk/lhc/aspx/Home
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN469896
    Asset Safety and Compliance Framework - This opportunity has been listed by LHC on behalf of the Scottish Procurement Alliance and our other regional entities: Consortium Procurement Construction (CPC) LHC London and South East (LSE) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC/SPA is seeking suitable organisations for our Asset Safety & Compliance Services framework (ASC1). ASC1 will provide LHC/SPA partners with access to a range of asset safety consultancy, testing/inspection, servicing, and maintenance services to ensure the safety of their properties and comply with their landlord obligations. This new framework will replace our existing asbestos and vacant property protection framework agreements, and extend the scope to additional safety and compliance services. The ASC1 framework will consist of the following lots which interested parties can apply for. Lot 1a - Asbestos Consultancy Lot 1b - Asbestos Surveys and Testing Lot 1c - Asbestos Removals and Remedial Lot 2a - Property Protection and Associated Services Lot 3a - Water Hygiene Testing and Consultancy Lot 3b - Water System Maintenance, Remedials and Associated Services Lot 4a - Gas Heating Systems Inspection, Servicing & Remedial (Domestic) Lot 4b - Gas Heating Systems Inspection, Servicing & Remedial (Commercial) Lot 4c - Ventilation Systems Inspection, Servicing and Maintenance Lot 4d - HVAC (Air Conditioning) Servicing and Maintenance Lot 5a - Fixed Wire Testing (EICR) and Remedials Lot 5b - Portable Appliance Testing Within each lot there will be a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within. To express an interest in the project and access the tender documents, organisations will need to register via our eTendering portal using the link as follows: https://in-tendhost.co.uk/lhc/aspx/Home

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000704841-2023-03-06T00:00:00Z",
    "date": "2023-03-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000704841",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-2",
            "name": "LHC for the Scottish Procurement Alliance (SPA)",
            "identifier": {
                "legalName": "LHC for the Scottish Procurement Alliance (SPA)"
            },
            "address": {
                "streetAddress": "6 Deer Park Avenue",
                "locality": "Livingston",
                "region": "UKM",
                "postalCode": "EH54 8AF"
            },
            "contactPoint": {
                "email": "procurement@lhc.gov.uk",
                "telephone": "+44 1506894395",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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-8",
            "name": "LHC for the Scottish Procurement Alliance (SPA)",
            "identifier": {
                "legalName": "LHC for the Scottish Procurement Alliance (SPA)"
            },
            "address": {
                "streetAddress": "6 Deer Park Avenue",
                "locality": "Livingston",
                "region": "UKM",
                "postalCode": "EH54 8AF"
            },
            "contactPoint": {
                "email": "procurement@lhc.gov.uk",
                "telephone": "+44 1506894395",
                "url": "https://in-tendhost.co.uk/lhc/aspx/ProjectManage/4"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Public Sector Framework Provider",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scottishprocurement.scot"
            }
        },
        {
            "id": "org-4",
            "name": "Livingston Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Livingston Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Howden South Road",
                "locality": "Livingston",
                "postalCode": "EH546FF"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-26",
            "name": "LHC for the Scottish Procurement Alliance (SPA)",
            "identifier": {
                "legalName": "LHC for the Scottish Procurement Alliance (SPA)"
            },
            "address": {
                "streetAddress": "6 Deer Park Avenue",
                "locality": "Livingston",
                "region": "UKM",
                "postalCode": "EH54 8AF"
            },
            "contactPoint": {
                "email": "procurement@lhc.gov.uk",
                "telephone": "+44 1506894395",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.scottishprocurement.scot"
            }
        }
    ],
    "buyer": {
        "name": "LHC for the Scottish Procurement Alliance (SPA)",
        "id": "org-26"
    },
    "planning": {
        "documents": [
            {
                "id": "AUG457609",
                "documentType": "plannedProcurementNotice",
                "title": "Asset Safety and Compliance Framework",
                "description": "This is a Prior Information Notice (PIN) to provide awareness of an upcoming framework tender for asset safety & compliance services. This opportunity has been listed on behalf of LHC and our regional businesses: Consortium Procurement Construction (CPC) LHC London and South East (LSE) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC is currently planning a procurement of an asset safety and compliance framework which will encompass a range of services to ensure the safety of public sector buildings and the equipment within them. The exact scope of the framework may be subject to change following the pre-tender market engagement carried out by LHC but services that are currently envisaged to be included within this future framework are as follows: - Asbestos Consultancy, Surveys and Removal - Fire Safety Systems Servicing, Maintenance and Consultancy - Vacant Property Protection and Associated Services - Water Testing, Treatment and Management - Gas Appliances and Equipment Servicing and Maintenance - Passenger Lifts and Lifting Equipment Testing and Maintenance - Lightning and Fall Protection Equipement Testing and Maintenance - HVAC Equipment Servicing and Maintenance - Electrical Safety Testing - Radon Gas Testing and Remedial Services The framework will seek to replace our existing Asbestos Services (AS2), Fire Safety (FS1) and Vacant Properties (V7) frameworks, whilst incorporating additional services. LHC intend to carry out further engagement webinars with interested parties in due course to discuss our initial proposals, timescales for the tender and gain feedback before finalising the framework and issuing the tender. To register an interest in the upcoming framework tender, and to receive further information on the webinar and how to book onto a session please express an interest in the project via our eTendering portal using the link as follows: https://in-tendhost.co.uk/lhc/aspx/Home",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG457609",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ASC1",
        "title": "Asset Safety and Compliance Framework",
        "description": "This opportunity has been listed by LHC on behalf of the Scottish Procurement Alliance and our other regional entities: Consortium Procurement Construction (CPC) LHC London and South East (LSE) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC/SPA is seeking suitable organisations for our Asset Safety & Compliance Services framework (ASC1). ASC1 will provide LHC/SPA partners with access to a range of asset safety consultancy, testing/inspection, servicing, and maintenance services to ensure the safety of their properties and comply with their landlord obligations. This new framework will replace our existing asbestos and vacant property protection framework agreements, and extend the scope to additional safety and compliance services. The ASC1 framework will consist of the following lots which interested parties can apply for. Lot 1a - Asbestos Consultancy Lot 1b - Asbestos Surveys and Testing Lot 1c - Asbestos Removals and Remedial Lot 2a - Property Protection and Associated Services Lot 3a - Water Hygiene Testing and Consultancy Lot 3b - Water System Maintenance, Remedials and Associated Services Lot 4a - Gas Heating Systems Inspection, Servicing & Remedial (Domestic) Lot 4b - Gas Heating Systems Inspection, Servicing & Remedial (Commercial) Lot 4c - Ventilation Systems Inspection, Servicing and Maintenance Lot 4d - HVAC (Air Conditioning) Servicing and Maintenance Lot 5a - Fixed Wire Testing (EICR) and Remedials Lot 5b - Portable Appliance Testing Within each lot there will be a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within. To express an interest in the project and access the tender documents, organisations will need to register via our eTendering portal using the link as follows: https://in-tendhost.co.uk/lhc/aspx/Home",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45262660",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71317210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79417000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71315200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                }
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "71315300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79311000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79311200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45214620",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71600000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71630000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71632000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "2",
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                }
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "45262660",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "3",
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                }
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "70332000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "70331000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "70332200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "70332300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90911200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "77312000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45111213",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79711000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "4",
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                }
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "45232430",
                        "scheme": "CPV"
                    },
                    {
                        "id": "38910000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71610000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71600000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "5",
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                }
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "id": "45232430",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71800000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90733000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42912310",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42912330",
                        "scheme": "CPV"
                    },
                    {
                        "id": "51514110",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "6",
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                }
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "id": "39721411",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39721410",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50531200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50720000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71314310",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50531100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "7",
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                }
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "id": "31161200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39721411",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39721410",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50511200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50531200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "09323000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42515000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50720000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71314310",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50531100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "8",
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                }
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "id": "42500000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42520000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45331000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45331200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45331210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71315410",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71321400",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "9",
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                }
            },
            {
                "id": "10",
                "additionalClassifications": [
                    {
                        "id": "39717000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39717200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42512000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45331000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45331220",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "10",
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                }
            },
            {
                "id": "12",
                "additionalClassifications": [
                    {
                        "id": "38900000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "38500000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71630000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50532000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50711000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45311100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45310000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71314100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "12"
            },
            {
                "id": "11",
                "additionalClassifications": [
                    {
                        "id": "50711000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45311100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71314100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45310000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50532000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71630000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71631000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Within this lot there are a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "11"
            }
        ],
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "title": "1A - Asbestos Consultancy",
                "description": "Lot 1A will cover Asbestos Consultancy. LHC/SPA is looking for experienced organisations who can provide specialist asbestos consultancy services to assist partners with the management of asbestos within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Desktop reviews of asbestos management plans > Asbestos management plans > Priority risk assessment inclusive of action plans > Asbestos awareness training > Duty to manage training > Contaminated land consultancy > Project management consultancy for managing removal works Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "2",
                "title": "1B - Asbestos Surveys & Testing",
                "description": "Lot 1B will cover Asbestos survey and testing services. LHC/SPA is looking for experienced organisations who can provide specialist asbestos sampling, testing and analysis services to assist partners with the management of asbestos within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Asbestos Management Surveys > Asbestos Refurbishment & Demolition Surveys > Reinspection Surveys > Air monitoring and 4 stage clearance Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to eight (8) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "3",
                "title": "1C - Asbestos Removal & Disposal Works",
                "description": "Workstream 1c will cover Asbestos Consultancy. LHC/SPA is looking for experienced organisations who can provide specialist asbestos management services to assist partners with the containment, protection and removal of asbestos within their properties. Full details can be found in the procurement documents provided however the scope of this lot will include: - Asbestos remediation, removal and encapsulation / protection works - Disposal of asbestos containing materials Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "4",
                "title": "2A - Property Protection and Associated Services",
                "description": "Lot 2A will cover property protection and associated services. LHC/SPA is looking for experienced organisations who can provide a wide range of specialist property protection and associated services for both vacant and occupied properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Installation of physical security such as security screens, doors, barricades and fencing > Installation of CCTV and other electronic access control and alarm systems > Utilities shut off, drain down and recommission > Boarding up services > Internal and external property general cleaning and clearance services > Specialist cleaning services > Mould treatment and management > Pest control Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "5",
                "title": "3A - Water Hygiene Testing and Consultancy",
                "description": "Lot 3A will cover water hygiene testing and consultancy. LHC/SPA is looking for experienced organisations who can provide specialist water hygiene testing, advice and consultancy services to assist partner with the management of risk related to legionella and other water borne pathogens. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Independent consultancy and advice on water risk management plans and procedures (new and existing plans) > Legionella risk assessment services > Water testing and analytical services > Legionella and water risk awareness training > Providing guidance on remedial actions to reduce exposure Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "6",
                "title": "3B - Water System Maintenance, Remedials and Associated Services",
                "description": "Lot 3B will cover water system maintenance, remedials and associated services. LHC/SPA is looking for experienced organisations who can provide specialist water maintenance services to assist partners with the proactive management of their water systems within their properties to reduce the risk of legionella and other water borne pathogens. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Implementation of legionella prevention management plans > Installation and maintenance of water system cleansing, filtration and other treatment systems > Hydrostatic pressure testing > New mains and internal water system chlorination service > Closed system flushing, dosing, and analysis > TMV (Thermostatic Mixing Valves) and filter installation, service and maintenance Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "7",
                "title": "4A - Gas Heating Systems Inspection, Servicing & Remedial (Domestic)",
                "description": "Lot 4A will cover gas safety & heating systems inspection, servicing & remedial (domestic) works. LHC/SPA is looking for experienced organisations who can provide domestic gas inspection (LGSR), servicing, maintenance, and remedial services to assist partners with the management of domestic gas appliances within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Annual inspection of domestic gas burning and heating system appliances > Responsive maintenance works, both proactive and reactive > Installations of replacement systems, either in part or full Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "8",
                "title": "4B - Gas Heating Systems Inspection, Servicing & Remedial (Commercial)",
                "description": "Lot 4B will cover gas safety & heating systems inspection, servicing & remedial (commercial) services. LHC/SPA is looking for experienced organisations who can provide commercial / non domestic gas inspection (LGSR), servicing, maintenance, and remedial services to assist partners with the management of their non domestic gas appliances within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Annual inspection of commercial / non domestic gas burning and heating system appliances > Responsive maintenance works, both proactive and reactive > Installations of replacement systems, either in part or full Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "9",
                "title": "4C - Ventilation Systems Inspection, Servicing and Maintenance",
                "description": "Lot 4C will cover ventilation systems inspection, servicing and maintenance. LHC/SPA is looking for experienced organisations who can provide inspection, servicing, maintenance, and remedial services for a range of ventilation systems within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Annual inspection services > Maintenance works, both proactive and reactive > Installation of replacement systems either in part or full Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "10",
                "title": "4D - HVAC (Air Conditioning) Servicing and Maintenance",
                "description": "Lot 4D will cover HVAC systems inspection, servicing and maintenance. LHC/SPA is looking for experienced organisations who can provide inspection, servicing, maintenance, and remedial services for a range of heating, ventilation and air conditioning (HVAC) systems within their properties. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Annual inspection services > Maintenance works, both proactive and reactive > Installation of replacement systems either in part or full Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "12",
                "title": "5B - Portable Appliance Testing (PAT)",
                "description": "Lot 5B will cover portable appliance testing (PAT). LHC/SPA is looking for experienced organisations who can provide inspection, testing and certification of portable electrical appliances and equipment. Full details of the scope can be found in the procurement documents provided. Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "11",
                "title": "5A - Fixed Wire Testing (EICR) and Remedials",
                "description": "Lot 5A will cover fixed wire testing (EICR) and associated remedial works. LHC/SPA is looking for experienced organisations who can provide periodic inspection and testing of electrical installations within their properties, and the provision of EICRs. In addition (where requested) LHC/SPA clients may require remedial of faults identified during inspection. Full details of the scope can be found in the procurement documents provided however the scope of this lot will include: > Testing and certification of electrical installations and provision of electrical safety certificates > Testing and certification of associated electrical elements (e.g. EV chargers) Remedials and replacements of electrical components Full details of the minimum requirements to be considered eligible to bid for this lot can be found in the procurement documents provided.. LHC/SPA intend to appoint up to six (6) bidders per regional area to ensure SPA partners have adequate service coverage within each region. LHC/SPA reserve the right to appoint additional bidders where LHC/SPA deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "General Technical",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "communication": {
            "atypicalToolUrl": "https://in-tendhost.co.uk/lhc/aspx/Home",
            "futureNoticeDate": "2022-12-07T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "71315000",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "value": {
            "amount": 135000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/lhc/aspx/ProjectManage/4",
        "tenderPeriod": {
            "endDate": "2023-03-16T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-03-16T14:00:00Z"
        },
        "documents": [
            {
                "id": "JAN469896",
                "documentType": "contractNotice",
                "title": "Asset Safety and Compliance Framework",
                "description": "This opportunity has been listed by LHC on behalf of the Scottish Procurement Alliance and our other regional entities: Consortium Procurement Construction (CPC) LHC London and South East (LSE) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC/SPA is seeking suitable organisations for our Asset Safety & Compliance Services framework (ASC1). ASC1 will provide LHC/SPA partners with access to a range of asset safety consultancy, testing/inspection, servicing, and maintenance services to ensure the safety of their properties and comply with their landlord obligations. This new framework will replace our existing asbestos and vacant property protection framework agreements, and extend the scope to additional safety and compliance services. The ASC1 framework will consist of the following lots which interested parties can apply for. Lot 1a - Asbestos Consultancy Lot 1b - Asbestos Surveys and Testing Lot 1c - Asbestos Removals and Remedial Lot 2a - Property Protection and Associated Services Lot 3a - Water Hygiene Testing and Consultancy Lot 3b - Water System Maintenance, Remedials and Associated Services Lot 4a - Gas Heating Systems Inspection, Servicing & Remedial (Domestic) Lot 4b - Gas Heating Systems Inspection, Servicing & Remedial (Commercial) Lot 4c - Ventilation Systems Inspection, Servicing and Maintenance Lot 4d - HVAC (Air Conditioning) Servicing and Maintenance Lot 5a - Fixed Wire Testing (EICR) and Remedials Lot 5b - Portable Appliance Testing Within each lot there will be a range of regional areas covering England, Scotland and Wales that bidders can select from to provide their services within. To express an interest in the project and access the tender documents, organisations will need to register via our eTendering portal using the link as follows: https://in-tendhost.co.uk/lhc/aspx/Home",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN469896",
                "format": "text/html"
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2023-03-16T14:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project LHC/SPA will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The required registrations, accreditations and certifications required vary by lot. Full details of the minimum requirements to be considered eligible to bid for each lot can be found in the procurement documents provided."
                },
                {
                    "type": "economic",
                    "description": "LHC will conduct a financial assessment. This assessment will allow LHC to carry out a robust assessment of a Bidders' financial standing. The assessment will have 2 stages: 1) Credit score - LHC will use Creditsafe to carry out initial checking of a Bidders' financial status. 2) Profitability, Stability and Liquidity Assessment - Bidders will be assessed on their financial stability based on a range of financial information obtained from the Bidders annual accounts. Bidders will be required to have the following minimum levels of insurance for all lots applied for: Employers (Compulsory) Liability Insurance: 5,000,000 GBP Public Liability Insurance: 5,000,000 GBP Dependent on the lots applied for, Bidders will also be required to have one or both of the following levels of insurance: Professional Indemnity Insurance: 2,000,000 GBP Product Liability Insurance: 2,000,000 GBP Full details of the minimum requirements to be considered eligible to bid for each lot can be found in the procurement documents provided."
                },
                {
                    "type": "technical",
                    "description": "Bidders are required to have the following ISO qualifications (UKAS) or equivalent: Health and Safety certification in accordance with ISO 45001 (please refer to ITT for accepted equivalents) Environmental Management certification in accordance with ISO 14001 (please refer to ITT for accepted equivalents) Quality Management certification in accordance with ISO 9001 (please refer to ITT for accepted equivalents)"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 999
            }
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "amd-18",
                "description": "Extension provided following request from bidders",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-03-16T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2023-03-23T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "SPA / LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Scottish Procurement Alliance). Thanks to the ongoing and collective feedback and input into the development of this framework, it is both designed and anticipated to support the vast majority of our clients' and partners' requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework. As of the date of publication of this notice our frameworks may be used by all contracting authorities in Scotland as defined by the Public Contracts (Scotland) Regulations 2015 and as listed on https:// www.scottishprocurement.scot/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. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: As this is a tender for the establishment of a framework this is not appropriate but may be included in call off contracts. The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: Bidders must beware that SPA Partners may add community benefit requirements in their call-off contracts from this Framework including but not limited to: - Generating education, employment and vocational training opportunities for priority groups and for up-skilling the existing workforce; - Supporting environmental concerns such as net carbon zero - Delivering equality and diversity initiatives; - Making sub-contracting opportunities available to SMEs, local organisations, the third sector and supported businesses; - Supporting supply-chain development activities; - Building capacity in community organisations; - Supporting charitable and community benefit initiatives (SC Ref:718768)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000704841"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000704841"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000704841"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2022/S 000-024154"
        }
    ]
}