The procurement documents are available for unrestricted and full direct access, free of charge at:
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
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
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:
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 make sub-contracting opportunities available to SMEs, the third sector and supported businesses;
- 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.