Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Repairs and Maintenance DPS

  • First published: 19 February 2025
  • Last modified: 19 February 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-kuma6s-148236
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
19 February 2025
Deadline date:
19 February 2029
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This opportunity has been listed by LHC Procurement Group on behalf of our regional business: Welsh Procurement Alliance (WPA) This Dynamic Purchasing System (DPS) is designed to facilitate the procurement of repair, maintenance, and associated services across multiple disciplines, ensuring a structured and efficient response to urgent and planned works. This new DPS will be for the provision of repair and maintenance service for the public sector for use by: - Education - Healthcare - Emergency Services - Housing and residential - Public Sector buildings The DPS is divided into fourteen lots, split between four primary workstreams, each containing specific lots tailored to address key areas of building maintenance. Workstream 1 focuses on the building envelope and structural integrity, covering roofing repairs, external works, internal repairs including damp and mould, and the maintenance of windows, doors, and other openings. Workstream 2 addresses mechanical and electrical (M&E) systems, ensuring the operational efficiency of plumbing, heating and cooling, electrical systems, lifts, and detection systems such as CCTV and fire alarms. Workstream 3 provides environmental and infestation management, including property protection, pest control, and drainage solutions to maintain safety and hygiene. Workstream 4 encompasses multi-disciplinary services, allowing for an integrated approach to complex projects covering multiple areas within a single contract. To ensure adaptability, the DPS retains the flexibility to introduce additional lots in response to emerging industry requirements, as permitted under PCR 2015, provided that such modifications do not significantly alter the scope of the procurement. This ensures the DPS remains responsive to market developments, technological advancements, and regional needs, thereby offering contracting authorities a comprehensive and compliant procurement solution for a wide range of building maintenance and operational challenges. CPV: 50000000, 45261910, 45223000, 50000000, 44221000, 45330000, 45332000, 45332200, 45232141, 42520000, 45311000, 50116100, 50411300, 50532000, 50532100, 50532400, 42416100, 42410000, 42400000, 31625100, 35121000, 35125300, 31625200, 31625300, 35121700, 35121000, 35120000, 50610000, 50600000, 90923000, 45232452, 45232450, 45232451, 44163112, 45232452, 90923000, 50610000, 50600000, 42416100, 42419510, 42419000, 45261900, 50000000, 90922000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC Procurement Group for the Welsh Procurement Alliance (WPA)

Tredomen Park

Ystrad Mynach

CF82 7FQ

UK

Telephone: +44 1895274800

E-mail: procurement@lhcprocure.org.uk

NUTS: UK

Internet address(es)

Main address: http://www.lhcprocure.org.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/lhc/aspx/ProjectManage/72


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/lhc/aspx/ProjectManage/72


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Public Sector Framework Provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Repairs and Maintenance DPS

Reference number: RM DPS

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This opportunity has been listed by LHC Procurement Group on behalf of our regional business:

Welsh Procurement Alliance (WPA)

This Dynamic Purchasing System (DPS) is designed to facilitate the procurement of repair, maintenance, and associated services across multiple disciplines, ensuring a structured and efficient response to urgent and planned works.

This new DPS will be for the provision of repair and maintenance service for the public sector for use by:

- Education

- Healthcare

- Emergency Services

- Housing and residential

- Public Sector buildings

The DPS is divided into fourteen lots, split between four primary workstreams, each containing specific lots tailored to address key areas of building maintenance.

Workstream 1 focuses on the building envelope and structural integrity, covering roofing repairs, external works, internal repairs including damp and mould, and the maintenance of windows, doors, and other openings.

Workstream 2 addresses mechanical and electrical (M&E) systems, ensuring the operational efficiency of plumbing, heating and cooling, electrical systems, lifts, and detection systems such as CCTV and fire alarms.

Workstream 3 provides environmental and infestation management, including property protection, pest control, and drainage solutions to maintain safety and hygiene.

Workstream 4 encompasses multi-disciplinary services, allowing for an integrated approach to complex projects covering multiple areas within a single contract.

To ensure adaptability, the DPS retains the flexibility to introduce additional lots in response to emerging industry requirements, as permitted under PCR 2015, provided that such modifications do not significantly alter the scope of the procurement. This ensures the DPS remains responsive to market developments, technological advancements, and regional needs, thereby offering contracting authorities a comprehensive and compliant procurement solution for a wide range of building maintenance and operational challenges.

II.1.5) Estimated total value

Value excluding VAT: 4 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1a – Roofing

II.2.2) Additional CPV code(s)

45261910

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Roofing repairs and maintenance designed to attend to defective roof coverings, roof lights, chimneys, and other penetrations with the intention to repair, contain or prevent leaks and damage, and to also ensure roof coverings are intact, roof lights are sealed, chimneys are structurally sound, and penetrations are properly secured. The works naturally extend to some carpentry and joinery elements.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 1b – External works and structure

II.2.2) Additional CPV code(s)

45223000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Proposed to cover structural and external building emergency repairs with a priority to stabilise any structure, substructure, external walling, cladding, facades, metalwork, fencing, footpaths/hardstanding, adaptation and other fixed aids as well as weatherproofing systems to prevent further deterioration and to ensure safety. Priority repairs are intended to restore the buildings protective functions, secure loose elements, and prevent water ingress or other danger or failing such as but not limited to damp and mould.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot 1c – Internal repairs, including damp and mould

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Repair and maintenance of internal building elements, such as plastering, decoration, flooring, ceilings, aids and adaptations, locks, bannisters, and internal glazing repairs with the aim to quickly restore the functionality, useability and appearance of internal spaces. It is anticipated that many emergency works may be due to water penetration and / or damp and mould so these elements are also included as would be carpentry and joinery works.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Lot 1d – Building openings

II.2.2) Additional CPV code(s)

44221000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Repairs and maintenance to building openings specifically to rectify damage to windows, doors, and other entry points such as garage doors to also ensure security, prevent further issues, and maintain the building's integrity. This includes fixing or replacing elements, such as locks, glazing hinges and panels, and securing openings as necessary to protect against unauthorised access and the natural elements.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Lot 2a – Plumbing, and general water quality

II.2.2) Additional CPV code(s)

45330000

45332000

45332200

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Plumbing works and maintenance for issues with sanitaryware, water supply, water storage. Repairs may involve fixing fixtures, ensuring a continued safe water supply, potable water supply, and resolving blockages or leaks to prevent water damage and maintain hygiene.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Lot 2b – Heating, and cooling, ventilation controls and internal environment

II.2.2) Additional CPV code(s)

45232141

42520000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Heating and cooling repairs and maintenance for issues with boilers, clarifiers, space heating systems, ventilation systems A/C and controls. Repairs may include fixing or replacing components to ensure continued efficient operation and to maintain a safe, comfortable environment for building occupants.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Lot 2c – Electrical systems

II.2.2) Additional CPV code(s)

45311000

50116100

50411300

50532000

50532100

50532400

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Electrical repairs and maintenance to rectify critical issues such as loss of power, partial power outages, electrical equipment damage, water ingress, and other electrical failures. These repairs focus on restoring power, preventing further damage, and ensuring the safety and functionality of electrical systems to maintain the building's normal electrical operations. This extends out to ensuring safety, such as with regards to work on lightning protection systems.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Lot 2d – Lifts

II.2.2) Additional CPV code(s)

42416100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Repair and maintenance of lifts to include any breakdowns and or entrapments with the intention of performing repair of systems and equipment such as passenger lifts, goods lifts, disabled platforms, travelators, escalators, and fireman lifts so as to keep the equipment in good operating and environmental order.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Lot 2e – Lifting equipment, including aids and adaptations

II.2.2) Additional CPV code(s)

42410000

42400000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot is essentially designed for repair, maintenance and renewal of lifting equipment specialisms such as medical hoists, aids, adaptations, and lifting equipment

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Lot Technical Capability / Weighting: 40%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

Lot 2f – Detection systems

II.2.2) Additional CPV code(s)

31625100

35121000

35125300

31625200

31625300

35121700

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Repair and maintenance for CCTV, fire alarm, and security system breakdowns to investigate and rectify faults and restore full functionality, to ensure continued surveillance, fire detection, and security, safeguarding the building and its occupants.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 11

II.2.1) Title

Lot 3a – Environmental safety, and property protection

II.2.2) Additional CPV code(s)

35121000

35120000

50610000

50600000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Contractor attendance for building grounds and security issues, such as perimeter security breaches, police intervention, securing up following vandalism or hate crime, etc. in order to ensure continued safety, and preventing further damage.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 12

II.2.1) Title

Lot 3b – Infestation, rodents, and vermin

II.2.2) Additional CPV code(s)

90923000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This Lot is intended to cover numerous species of insects and rodents that can cause infestations, as well as extending to more general rodent and vermin control, whilst also noting that some vermin require specific licences to be held such as the Wildlife Act 1981 preventing killing or harming pigeons, and, even under licence, species should be humanely controlled. The Lot also cover Fungai issues such as wet/dry rot and woodworm treatments.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 13

II.2.1) Title

Lot 3c – Drainage (Foul water, surface water, flooding, and water attenuation)

II.2.2) Additional CPV code(s)

45232452

45232450

45232451

44163112

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Contractor attendance for grey and blackwater issues connected to sanitaryware, wastewater, drainage, and surface water, such as diversion and pumping. Repairs may involve fixing fixtures, resolving blockages, drainage incapacity, avoidance of flooding, overflows, or leaks to prevent water damage and maintain hygiene. Potable water repairs may also be undertaken. Preventative works many include flood prevention either temporary or permanent.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 40%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 14

II.2.1) Title

Lot 4a – Multi disciplinary services

II.2.2) Additional CPV code(s)

45232452

90923000

50610000

50600000

42416100

42419510

42419000

45261900

50000000

90922000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Contractor attendance to multi-disciplinary works covering building envelope, structure, substructure, internal environment, openings, M&E and associated plant and services, environmental and infestations.

II.2.5) Award criteria

Criteria below:

Quality criterion: General Technical Capability / Weighting: 50%

Quality criterion: Regional Capability / Weighting: 10%

Quality criterion: Lot Specific Capability / Weighting: 40%

Price / Weighting:  0%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Selection criteria as stated in the procurement documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 150

Justification for any framework agreement duration exceeding 4 years: N/A

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/02/2029

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 1 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 19/02/2029

Local time: 13:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Scottish Procurement Alliance, Welsh Procurement Alliance, and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework. As of the date of publication of this notice our frameworks may be used by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 as listed on:

https://www.cpconstruction.org.uk/who-we-work-with/

https://lse.lhcprocure.org.uk/who-we-work-with/

https://www.scottishprocurement.scot/who-we-work-with/

https://www.swpa.org.uk/who-we-work-with/

https://www.welshprocurement.cymru/who-we-work-with/

including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm's length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.

LHC clients may add community benefit requirements in their call-off contracts from this Framework including but not limited to:

- to generate employment and training opportunities for priority groups;

- vocational training;

- to up-skill the existing workforce;

- equality and diversity initiatives;

- to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;

- supply-chain development activity;

- to build capacity in community organisations;

- educational support initiatives.

All organisations appointed will be expected to work with LHCPG and our clients to help identify, deliver and capture social value outcomes associated with the delivery of projects they are award through this DPS.

Where a client may not have already set out any social value requirements, then LHCPG would expect the appointed company to raise this with the client and jointly seek opportunities to evidence social value on each project through available data and pre/post works surveying.

The following metrics are examples of the social value outcomes implemented for RM DPS, however this is subject to change and a final suite will be discussed and applied as part of the onboarding and go-live of the DPS. LHCPG will work with appointed companies to ensure that all SV and project reporting requirements are proportional and achievable.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=148236.

(WA Ref:148236)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

19/02/2025

Coding

Commodity categories

ID Title Parent category
35121700 Alarm systems Security equipment
31625300 Burglar-alarm systems Burglar and fire alarms
45232451 Drainage and surface works Ancillary works for pipelines and cables
45232450 Drainage construction works Ancillary works for pipelines and cables
44163112 Drainage system Pipes and fittings
45232452 Drainage works Ancillary works for pipelines and cables
45311000 Electrical wiring and fitting work Electrical installation work
50116100 Electrical-system repair services Maintenance and repair services related to specific parts of vehicles
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
45232141 Heating works Ancillary works for pipelines and cables
42410000 Lifting and handling equipment Lifting and handling equipment and parts
42400000 Lifting and handling equipment and parts Industrial machinery
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways
42419000 Parts of lifting and handling equipment Lifting and handling equipment
42419510 Parts of lifts Parts of lifting and handling equipment
90922000 Pest-control services Facility related sanitation services
45332000 Plumbing and drain-laying work Plumbing and sanitary works
45330000 Plumbing and sanitary works Building installation work
90923000 Rat-disinfestation services Facility related sanitation services
50000000 Repair and maintenance services Other Services
50532100 Repair and maintenance services of electric motors Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532400 Repair and maintenance services of electrical distribution equipment Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery
50411300 Repair and maintenance services of electricity meters Repair and maintenance services of measuring apparatus
50600000 Repair and maintenance services of security and defence materials Defence and security
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
45261910 Roof repair Erection and related works of roof frames and coverings
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
35125300 Security cameras Surveillance system
35121000 Security equipment Surveillance and security systems and devices
45223000 Structures construction work Engineering works and construction works
35120000 Surveillance and security systems and devices Emergency and security equipment
42520000 Ventilation equipment Cooling and ventilation equipment
45332200 Water plumbing work Plumbing and drain-laying work
44221000 Windows, doors and related items Builders joinery

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@lhcprocure.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.