37
/ Estates, Facilities & Professional Services Frameworks Available January 2018

Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

/

Estates, Facilities & Professional Services Frameworks Available

January 2018

Page 2: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

2

Version Control Contributor(s) Date Version Comments

Edward James 26/07/2014 0.1 First draft

Edward James 18/08/2014 1.0 Final to publish

Edward James 26/09/2014 1.1 Construction consultancy framework award

Silvana Iuliano 04/03/2015 1.2 Contact details

Edward James 01/04/2015 1.3 Building & Engineering Maintenance award

Edward James 10/06/2015 1.4 Building Materials framework award

Munawar Omar 22/06/2015 1.5 Amendment

Munawar Omar 26/06/2015 1.6 Legal Framework update

Munawar Omar 07/07/2015 1.7 Supplier name change

Munawar Omar 11/08/2015 1.8 Supplier name change

Munawar Omar 11/08/2015 1.9 Supplier name change

Munawar Omar 08/09/2015 2.0 Updated supplier details

Munawar Omar 11/09/2015 2.1 Insert Audit Framework

Munawar Omar 11/11/2015 2.2 Supplier name change

Munawar Omar 14/01/2016 2.3 Inserted Minor Works DPS

Munawar Omar 10/02/2016 2.4 Contents Page amendment

Michael Lane 14/04/2016 2.5 Supplier name change

Munawar Omar 25/04/2016 2.6 Amended contact details

Munawar Omar 06/05/2016 2.7 Amended contact details

Michael Lane 24/05/2016 2.8 Added PFI Contracts Review info

Edward James 20/07/2016 2.9 Change of personnel

Michael Lane 09/08/2016 3.0 Updated Advisory Services end date

Ash Fraser 18/08/2016 3.1 Updated Analysis & Reconciliation Framework details

Shah Miah 28/11/2016 3.2 Updated Payroll Services Framework

Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

Michael Lane 13/03/2017 3.4 Updated Soft FM Supplier names

Shah Miah 18/04/2017 3.5 Added New Frameworks

Shah Miah 02/05/2017 3.6 New Framework Manager

Shah Miah 04/08/2017 3.7 New Framework

Shah Miah 05/09/2017 3.9 Contact details

Edward James 17/11/2017 4.0 New Waste Framework

Shah Miah 25/01/2018 4.1 Contract / LPP Contact Amendments

Contact Details Edward James Workstream Lead Telephone: 020 7188 7188 x53804 Mobile: 07557 204898 Email: [email protected]

Laura Whitworth Senior Category Manager Telephone: 020 7188 8122 Mobile: 07789032648 Email: [email protected]

Simon Williams Senior Category Manager Telephone: 0207 188 5379 Email:[email protected]

Ashwaq Fraser Category Support Specialist Telephone: 020 7188 7188 x53803 Email: [email protected]

Shah Miah Procurement Support Telephone: 0207 188 6706 Email:[email protected]

Page 3: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

3

Contents 1. Analysis & Reconciliation Services ............................................................................................... 4

2. Apprenticeships Dynamic Purchasing System ............................................................................. 6

3. Audit and Consultancy Audit ......................................................................................................... 7

4. Building & Engineering Dynamic Purchasing System .................................................................. 9

5. Building & Engineering Maintenance Services ........................................................................... 11

6. CPC Drive (Salary Sacrifice) ...................................................................................................... 15

7. Language Services ..................................................................................................................... 16

8. Legal Services ............................................................................................................................ 18

9. Medium Value Works .................................................................................................................. 21

10. Minor Building Works Dynamic Purchasing System ................................................................... 25

11. Payroll Services .......................................................................................................................... 27

12. PFI Contracts Review ................................................................................................................. 28

13. Professional Services Dynamic Purchasing System .................................................................. 29

14. Soft Facilities Management Services .......................................................................................... 31

15. Transactional Finance, Accountancy and Transactional Procurement ...................................... 33

16. Transport Services ...................................................................................................................... 34

17. Waste Management .................................................................................................................... 36

Page 4: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

4

1. Analysis & Reconciliation Services

LPP contract reference number 2015002NC

OJEU reference 2015/S 227-413650

Contract type Framework

Contract background Despite purchase to pay controls and invoice approval processes, errors in suppliers’ charges for services and goods are often undetected, resulting in unnecessary and wasted expenditure. This can occur through: • Application of rates outside of the contractual agreements • Miscalculation of, or failure to apply, discounts or rebates • Duplication of charges or invoices • Erroneous management fees or margins • Inappropriate or overstated third party costs • Service credits not being paid This framework includes a number of providers who will: • Identify sources of lost cash • Conduct audits of categories of spend • Recover overpayments • Provide benchmarking information on performance • Provide recommendations and improvements for sustainable savings

Contract detail Lot 1 – Telecommunications

Lot 2 – Energy

Lot 3 – Water

Lot 4 – VAT

Lot 5 – Estates

Lot 6 – Accounts Payable

Lot 7 – Temporary Labour

Benefits of using the contract Deliver immediate cash savings on a no win no fee basis

Enhance operational control and efficiency

Provide high value audit reporting over payment and purchasing operations

Provide key performance metrics and benchmarking

Save time and effort required for tendering any of the services under this agreement

Provide a fully EU compliant framework

Consistent terms & conditions of contract

Opportunity for further savings through further competition

Framework dates 01/03/2016 – 29/02/2019

Contract duration 3 Years

Permitted framework extensions:

1x 12 months

Suppliers Lot 1 – Telecommunications Berthold Bauer Consultants Ltd PCMG (Professional Cost Management Group Ltd) Meridian Cost Benefit Ltd Utelecom UK Ltd

Lot 2 – Energy ADSM (Advanced Demand Side Management) Ltd AXIOM Utlilities Ltd M & C Energy Group Ltd ( A subsidiary of Schneider Electric) PCMG (Professional Cost Management Group Ltd) The Utilities Exchange Ltd

Page 5: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

5

Lot 3 – Water ADSM (Advanced Demand Side Management) Ltd M & C Energy Group Ltd ( A subsidiary of Schneider Electric) PCMG (Professional Cost Management Group Ltd)

Lot 4 – VAT BDO LPP Berthold Bauer Consultants Ltd CRS Vat Consulting Ltd Ernst & Young LLP Liason Financial Services Ltd RSM UK Tax & Accounting Ltd

Lot 5 – Estates GVA Grimley t/a Bilfinger GVA

Lot 6 – Accounts Payable Meridian Cost Benefit Ltd PCMG (Professional Cost Management Group Ltd) Liason Financial Services Ltd

Lot 7 – Temporary Labour Meridian Cost Benefit Ltd

Accessible to? LPP Members

LPP main contact person Laura Whitworth

Page 6: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

6

2. Apprenticeships Dynamic Purchasing System

LPP contract reference number LPP/2017/005

OJEU reference 2017/S 046-084770

Contract type Dynamic Purchasing System

Contract background In April 2017 the way the government funds apprenticeships in England is changing with employers with a pay bill over £3 million per annum being required to contribute to a new apprenticeship levy. From the 1st May 2017, employers can begin to use their levy funds to cover the costs of apprenticeship training, assessment and certification. Public sector organisations, including the NHS, will need to comply with the Public Contract Regulations 2015 when selecting a provider/assessment organisation, as well as adhering to their own organisational Standing Financial Instructions.

Contract detail The following apprenticeship categories are currently in scope of the DPS: -

Adult care (health & social care) AHP support Business administration Children's and young people workforce Customer services Dental nurses Digital marketing (social and digital media) Digital services (IT, data analysis) Digital Undergraduate / Masters Education and Training English & maths functional skills Events Assistant Facilities management Finance & accountancy Healthcare assistant practitioner Healthcare science Healthcare support worker (clinical healthcare support) Healthcare support services Hospitality and catering HR and recruitment Leadership and management Management undergraduate / Masters Maternity and paediatric support Network engineer (IT professionals) Nursing Associate Peri-operative support Pharmacy services Procurement Project Management Registered Nurse Degree Service Improvement End Point Assessments

Benefits of using the contract The Dynamic Purchasing System will provide contracting authorities

with a compliant and potentially quick, route to market to procure apprenticeship training provision. The DPS is not divided in to lots but structured so that potential providers can select which of the training categories and regions they wish to be considered for, allowing contracting authorities a choice of how best to approach the market.

Page 7: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

7

3. Audit and Consultancy Audit LPP contract reference number Audit

OJEU reference 2014/S 125-222805

Contract type Framework

Contract background Auditing is an essential part of the process of accountability for public money and makes an important contribution to the stewardship of public resources and the corporate governance of public services. Audit services have previously been provided through local contracts – this framework provides a means of procuring audit services in a timely and legally compliant manner.

Contract detail Lot 1 – Provision of External Audit Services

Lot 2 – Provision of Internal Audit Services

Lot 3 – Provision of Counter Fraud Services

Lot 4 – Provision of Internal Audit and Counter Fraud Services

Lot 5 – Provision of Consultancy Audit Services

Benefits of using the contract Financial Benefits Savings are achieved through: Ceiling rates provided which can be reduced via a further competition. Supplier’s pricing remaining anonymised and confidential to help maintain competitive pressure. Other Benefits Reduced risk - all providers awarded to the framework conform with Institute Chartered Accountants in England & Wales; Monitor and the Audit Commission requirements; statutory obligations and codes of practise as applicable to external audit, internal audit and counter fraud services for Publicly Funded organisations and Charities. All providers awarded to the framework have previous demonstrated audit experience of publicly funded entities. Reduction in time taken to procure audit services. During a mini competition weightings of the evaluation criteria can be amended to place a greater emphasis on a particular element of the audit service and better reflect the needs of the contracting authority. The terms and conditions of the framework agreement and call off contracts have been agreed with each framework provider so no further legal dialogue is required. This framework has been extended until February 2019

Framework dates 01/02/2015 – 01/02/2017 extended to 01/02/2018

Contract duration 2 Years

Permitted framework extensions:

2x 12 months

Suppliers

Lot 1 – Provision of External Audit Services BDO Deloitte Grant Thornton

DPS dates 03/04/2017 – 02/04/2022

Contract duration 5 Years

Accessible to? All Public Sector

LPP main contact person Laura Whitworth

Page 8: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

8

KPMG Mazars Moore Stephens Price Bailey PWC

Lot 2 – Provision of Internal Audit Services 360 Assurance Baker Tilly BDO CW Audit Deloitte Grant Thornton KPMG Mazars MIAA Moore Stephens PwC TIAA WMAS

Lot 3 – Provision of Counter Fraud Services 360 Assurance Baker Tilly BDO CW Audit Deloitte Grant Thornton KPMG Mazars MIAA Moore Stephens PwC TIAA WMAS

Lot 4 – Provision of Internal Audit and Counter Fraud Services 360 Assurance Baker Tilly BDO CW Audit Deloitte Grant Thornton KPMG Mazars MIAA Moore Stephens PwC TIAA WMAS

Lot 5 – Provision of Consultancy Audit Services 360 Assurance Baker Tilly BDO Deloitte Grant Thornton KPMG Mazars MIAA Moore Stephens PwC TIAA WMAS

Accessible to? CPP Members

LPP main contact person Laura Whitworth

Page 9: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

9

4. Building & Engineering Dynamic Purchasing System

LPP contract reference number LPP/2017/002

OJEU reference 2017/S 041-075015

Contract type Dynamic Purchasing System

Contract background NHS trusts and other public sector organisations require the ability to flexibly deliver building & engineering maintenance services in the way they see fit for their site(s). The DPS can be utilised by any public sector organisation. This includes NHS Trusts (including PFI healthcare buildings and facilities), NHS Collaborative Procurement Organisations, Clinical Commissioning Groups, NHS England, NHS Property Services Ltd and other approved public sector organisations in England. Potential users of the DPS are identified in the OJEU Contract Notice.

Contract detail The following apprenticeship categories are currently in scope of the DPS: -

DPS Work Categories:

Cooling & Refrigeration

Air Handling Units

Lifts, Escalators & Conveyance Systems

Patient Hoists Water Systems

Boilers & Associated Plant

Building Management Systems

Automatic Control Systems

Security Systems

Access Control Systems

Intruder & CCTV Systems

UPS & Generators

Portable Appliance Testing

Fixed Wire Testing

Automatic Doors

Medical Gas Pipeline & Equipment Maintenance

Stage Lighting

Emergency Lighting

Benefits of using the contract The DPS was chosen as the most suitable commercial vehicle following feedback from LPP trusts and other potential users of the system. Establishing a DPS with multiple providers will help to create an environment which encourages fair competition, allowing potential providers to join at anytime and choose whether to compete for all or any of the other work categories under the DPS for which they are considered suitable.

Benefits for contracting authorities include:

Shortened procurement time as advertised in OJEU and PQQ stage has already been undertaken.

Page 10: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

10

Contracting authorities can undertake a competition with a group of pre-qualified tenderers with all qualification documentation held centrally by LPP.

Encourages competition as it is easier for local providers to get on to the DPS and join at any time during its period of validity.

Awards of individual tenders can be quicker than under some other procedures. The minimum time limit for return of tenders is 10 days.

Suppliers may join the DPS at any time during its validity period so they are not locked out.

Framework dates 01/04/17 – 31/03/21

Contract duration 1 Year

Permitted framework extensions:

3 Years

Suppliers As the list of qualified suppliers for each lot may regularly change, please contact the framework manager for an up to date supplier list.

Accessible to? All Public Sector

LPP main contact person Edward James

Page 11: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

11

5. Building & Engineering Maintenance Services LPP contract reference number LPP/2014/004

OJEU reference 2014/S 212-375691

Contract type Framework

Contract background London Procurement Partnership (LPP) worked with Crown Commercial Services (CCS) since 2010 promoting their framework for Building & Engineering Maintenance. The CCS framework expired in October 2014 and CCS decided not to renew this framework, instead deciding to establish a Total Facilities Management (TFM) framework. Having discussed the replacement CCS framework with a number of LPP members it became apparent a TFM contract would not meet their requirements and the existing structure of the Building & Engineering Maintenance framework with some additional lots would better suit them. As such LPP undertook a separate OJEU process to establish a framework.

Contract detail Lot 1 – Fully Managed Building & Engineering Maintenance Service

Lot 2 – Cooling & Refrigeration – Chillers, Condensers, Split A/Cs

Lot 3 – Air Handling Units, Filters, Ventilation and Extraction

Lot 4 – Lifts, Escalators and Conveyance Systems

Lot 5 – Patient Hoists

Lot 6 – Water Systems – Servicing, Legionella Testing, Thermostatic Mixing Valves, Water Hygiene and Associated Plant

Lot 7 – Fire Systems – Fire Alarm Systems, Smoke/ Heat Detection Systems, Sprinkler Systems, Extinguishers and Hose Reels

Lot 8 – Boilers & Associated Plant

Lot 9 – Building Management Systems and Automatic Control Systems

Lot 10 – Security, Access Control, Intruder and CCTV Systems

Lot 11 – UPS and Generators

Lot 12 – Portable Appliance Testing and Fixed Wire Testing

Lot 13 – Automatic Doors

Lot 14 – Medical Gas Pipeline and Equipment Maintenance

Regions: The Framework has also been split into a number of geographical

regions to support SME’s in applying for the framework:

Region A – London

Region B – North England

Region C – Midlands and East of England

Region D – South of England

Benefits of using the contract Standardise Forms of Contract – to be specific for the NHS.

Simplify the process for Trusts to procure the services and suppliers.

Consolidate provider base – providing high quality suppliers to the NHS.

Improve consistency of service delivery.

Provide flexibility for NHS Trusts.

Embrace the Sustainability, Corporate Social Responsibility and SME agendas.

Framework dates 01/04/2015 – 31/03/2017

Contract duration 2 Years

Permitted framework extensions:

2x 12 months

Suppliers Lot 1 – Fully Managed Building & Engineering Maintenance Service Bouygues E&S FM UK Ltd (Regions: A,B,C,D) CLC Facilities Ltd (Regions: A,D) Cofely Workplace Ltd (Regions: A,B,C,D) Galliford Try Building Limited (Regions: A,B,C) Interserve (Facilities Management) Ltd (Regions: A,B,C,D)

Page 12: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

12

Imtech Inviron Ltd (Regions: A,B,C,D) MJFerguson (Regions: A,B,C,D) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) OPUS Building Services Ltd (Regions: A,B,C,D) Rydon Maintenance Ltd (Regions: A,B,C,D)

Lot 2 – Cooling & Refrigeration – Chillers, Condensers, Split A/Cs Andrews Sykes Hire Ltd (Regions: A,B,C,D) Artic Building Services Ltd (Regions: A) BTU (Installation & Maintenance) Ltd (Regions: A) Building and Maintenance Service Ltd (Regions: B,C,D) cfes Ltd (Regions: A,B) CLC Facilities Ltd (Regions: A,D) EMS Engineering Maintenance Services (Regions: A) Imtech Inviron Ltd (Regions: A,B,C,D) J.C. Watson Refrigeration Ltd (Regions: A,C,D) Kingswood Air Conditioning Ltd (Regions: A,B,C,D) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D)

Lot 3 – Air Handling Units, Filters, Ventilation and Extraction Artic Building Services Ltd (Regions: A) BTU (Installation & Maintenance) Ltd (Regions: A) Building and Maintenance Service Ltd (Regions: B,C,D) cfes Ltd (Regions: A,B) CLC Facilities Ltd (Regions: A,D) EMS Engineering Maintenance Services (Regions: A) Imtech Inviron Ltd (Regions: A,B,C,D) Kingswood Air Conditioning Ltd (Regions: A,B,C,D) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) OPUS Building Services Ltd (Regions: A,B,C,D) The Deritend Group Limited (Regions: A,C)

Lot 4 – Lifts, Escalators and Conveyance Systems Bullet Lift Services Limited (Regions: C) CLC Facilities Ltd (Regions: A,D) Jackson Lift Services Ltd (Regions: A,B,C,D) Liftec Lifts (Regions: A,B,C,D) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) Rubax Lifts Ltd (Regions: A,B,C,D) Temple Lifts Ltd (Regions: A,B,C,D)

Lot 5 – Patient Hoists CLC Facilities Ltd (Regions: A,D) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) NRS Healthcare (Regions: A,B,C,D)

Lot 6 – Water Systems – Servicing, Legionella Testing, Thermostatic Mixing Valves, Water Hygiene and Associated Plant 3C Environmental Technology (Regions: A,D) BTU (Installation & Maintenance) Ltd (Regions: A) Clearwater Technology Ltd (Regions: A,B,C,D) Evolution Water Services Ltd (Regions: A,B,C,D) Graham Asset Management Ltd (Regions: A,B,C,D) Green Compliance Water Division Ltd (Regions: A,B,C,D) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) OPUS Building Services Ltd (Regions: A,B,C,D) Vectair Environmental Ltd (Regions: A,B,C,D)

Lot 7 – Fire Systems – Fire Alarm Systems, Smoke/ Heat Detection Systems, Sprinkler Systems, Extinguishers and Hose Reels ADT Fire & Security PLC (Regions: A,B,C,D) Alarm Communication Ltd (Regions: A,C,D) Aylesbury Fire Systems (Regions: B,D) Drax (UK) Ltd (Regions: A,B,C,D) Fire Safety Services (UK) Ltd (Regions: A,B,C,D) M & G Fire Protection (Essex) Ltd (Regions: C) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) OPUS Building Services Ltd (Regions: A,B,C,D)

Page 13: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

13

RGE Services Ltd (Regions: A) T&P Fire Ltd (Regions: A,C,D) Trinity Fire & Security Systems (Regions: A,B,C,D) Veriserv Ltd (A,B,C,D)

Lot 8 – Boilers & Associated Plant BTU (Installation & Maintenance) Ltd (Regions: A) Building and Maintenance Service Ltd (Regions: A,B,C,D) CLC Facilities Ltd (Regions: A,D) Imtech nviron Ltd (Regions: A,B,C,D) Maracom Ltd (Regions: A,D) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) OPUS Building Services Ltd (Regions: A,B,C,D) P&R Installation Company Ltd (Regions: A)

Lot 9 – Building Management Systems and Automatic Control Systems Alarm Communication Ltd (Regions: A,C,D) Glass Maze Ltd (Regions: A,B,C,D) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) OPUS Building Services Ltd (Regions: A,B,C,D) Total Control Maintenance (Regions: A)

Lot 10 – Security, Access Control, Intruder and CCTV Systems ADT Fire & Security PLC (Regions: A,B,C,D) Alarm Communication Ltd (Regions: A,C,D) Certus Security LLP (Regions: A,C,D) Chroma Vision Ltd (Regions: A,D) Essex Security Services Ltd (Regions: A) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) Openview Security Solutions Ltd (Regions: A,B,C,D) OPUS Building Services Ltd (Regions: A,B,C,D) Trinity Fire & Security Systems (Regions: A,B,C,D) Veriserv Limited (Regions: A,B,C,D)

Lot 11 – UPS and Generators Burtonwood Generator & Switchgear Services Ltd (Regions: A,B,C,D) CLC Facilities Ltd (Regions: A,D) E Rand & Sons Ltd (Regions: C) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) OPUS Building Services Ltd (Regions: A,B,C,D)

Lot 12 – Portable Appliance Testing and Fixed Wire Testing British Gas Services (Commercial) (Regions: A,B,C,D) Guardian Electrical Solutions Ltd (Regions: A,B,C,D) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) Norwood Electrical (UK) Ltd (Regions: A,B,C,D) OPUS Building Services Ltd (Regions: A,B,C,D) Quantec Consultants Ltd (Regions: A,B,C,D) RGE Services Ltd (Regions: A) Trios Compliance Ltd (Regions: A,B,C,D) Veriserv Ltd (A,B,C,D)

Lot 13 – Automatic Doors Certus Security Ltd (Regions: A,C,D) CLC Facilities Ltd (Regions: A,D) Elite Entrance Systems Ltd (Regions: A,C,D) GEZE UK Ltd (Regions: A,B,C,D) CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) Record UK Ltd (Regions: A,B,C,D)

Lot 14 – Medical Gas Pipeline and Equipment Maintenance CBRE Group (formally Norland Managed Services) (Regions: A,B,C,D) OPUS Building Services Ltd (Regions: A,B,C,D) SHJ Hospital Pipelines Ltd (Regions: A,C,D)

Accessible to? NHS Organisations

LPP main contact person Simon Williams

Lot 4 - Timber and Joinery Grafton Merchanting GB Ltd

Page 14: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

14

Travis Perkins plc

Lot 5 - Workshop, Industrial & Electrical Tools Adolf Wurth GmbH & Co KG Buck & Hickman Ltd Grafton Merchanting GB Ltd Joseph Gleave & Son Ltd Rexel UK LTD RS Components Ltd Thomas Graham & Sons TW Engineering Co. Ltd

Lot 6 - Paint and Solvents AkzoNobel Grafton Merchanting GB Ltd Joseph Gleave & Son Ltd PPG Architectural Coatings UK Ltd Travis Perkins plc

Lot 7 - Flooring and Tiling Crown Flooring Ltd Forbo Flooring UK Ltd Grafton Merchanting GB Ltd

Lot 8 - Small Tool and Plant Hire Services Ashtead Plant Hire Co Ltd Grafton Merchanting GB Ltd HSS Hire Service Group Limited Travis Perkins plc

Accessible to? All Public Sector

LPP main contact person Simon Williams

Page 15: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

15

6. CPC Drive (Salary Sacrifice) LPP contract reference number NOE CPC

OJEU reference 2013/S 090-153356

Contract type Sole supplier framework

Contract background This framework has been established to allow public sector organisations to manage all aspects of travel management including: Traditional Lease Cars, Salary Sacrifice Cars and Online Expenses. Suppliers appointed to this framework provide support to Authorities in structuring their requirements to enhance their staff benefits packages whilst delivering financial efficiencies through the salary sacrifice scheme.

Contract detail Lot 1 - Vehicle Salary Sacrifice Scheme (call off)

Lot 2 - Vehicle Leasing (Grey Fleet) (call off)

Lot 3 - Online Expenses (call off) Only available to authorities who have taken either Lot 1 or Lot 2

Benefits of using the contract Provides a comprehensive trust subsided scheme for essential users and salary sacrifice schemes open to all eligible staff.

Provides a benefit that actually saves your organisation approximately £660 per annum every time an employee joins the scheme.

Competitive tendering ensures employees get the best deal to drive uptake.

Secure online portal gives easy access for staff to access the scheme.

Provides an employee benefit that saves your employees an average of £90 per month depending on their rate of tax.

Potentially opens up, retains and attracts access to a wider pool of talent and skill.

Meets Duty of Care obligations.

HMRC compliance and approved.

Promotes and provides environmentally efficient vehicles.

Brand new fully insured and maintained vehicle, including all servicing, maintenance and fully comprehensive motor insurance included.

Framework dates 01/04/2014 - 31/03/2019

Contract duration Five Years

Permitted framework extensions:

None

Suppliers Lot 1 - Vehicle Salary Sacrifice Scheme Tuskerdirect Ltd

Lot 2 - Vehicle Leasing (Grey Fleet) Tuskerdirect Ltd

Lot 3 - Online Expenses Software Europe Ltd ( Only available to authorities who have taken either Lot 1 or Lot 2)

Accessible to? LPP Members

LPP main contact person Laura Whitworth

Page 16: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

16

7. Language Services

LPP contract reference number LPP Agreement LPP/2015/018

OJEU reference 2015/S 149-275624

Contract type Dynamic Purchasing System

Contract background In 2012, LPP ran a mini competition under the Buying Solutions framework for face to face interpretation including British Sign Language. A separate framework owned by the Department for Work & Pensions provided for access to telephone interpretation. These local contracts have now expired and as a replacement LPP has established a Dynamic Purchasing System for the Provision of Language Services including face to face interpretation - both spoken and non-spoken, telephone and video interpretation, written transcription and translation and the option of a managed service. The DPS is available to all public sector organisations throughout England.

Contract detail Lot 1a - Multi Discipline (Greater London) Lot 1b - Multi Discipline (South Central & South East) Lot 1c - Multi Discipline (South West) Lot 1d - Multi Discipline (West Midlands) Lot 1e - Multi Discipline (Central & East Anglia) Lot 1f - Multi Discipline (North West) Lot 1g - Multi Discipline (Yorkshire, Humber & North East) Lot 2a - Face to Face spoken (Greater London) Lot 2b - Face to Face spoken (South Central & South East) Lot 2c - Face to Face spoken (South West) Lot 2d - Face to Face spoken (West Midlands) Lot 2e - Face to Face spoken (Central & East Anglia) Lot 2f - Face to Face spoken (North West) Lot 2g - Face to Face spoken (Yorkshire, Humber & North East) Lot 3a - Face to Face non-spoken (Greater London) Lot 3b - Face to Face non-spoken (South Central & South East) Lot 3c - Face to Face non-spoken (South West) Lot 3d - Face to Face non-spoken (West Midlands) Lot 3e - Face to Face non-spoken (Central & East Anglia) Lot 3f - Face to Face non-spoken (North West) Lot 3g - Face to Face non-spoken (Yorkshire, Humber & North East) Lot 4a - Telephone Interpretation (all regions) Lot 4b - Video Interpretation (all regions) Lot 5 - Translation, Transcription & Ancillary Services (all regions)

Benefits of using the contract All suppliers who have been awarded on to the DPS have already passed the first stage, the pre-qualification questionnaire (PQQ). This included supplier information, exclusion & selection criteria, economic & financial standing and technical & professional ability. Benefits for contracting authorities include: - - Shortened procurement times as advertisement in OJEU and PQQ stage have already been undertaken- no further advertisement is necessary. - Increased competition as local providers can apply to get on to the DPS at any time during its period of validity. - Participating organisations can develop their own specification, based on pre-developed templates, to meet their own requirements and formulate the award criteria more precisely. - Award of individual tenders can be quicker than under some other procedures - the minimum time limit for return of tenders is 10 days. For full information on how the DPS works, please read the User Guide.

DPS Periods 28/09/2015 – 27/09/2020

Contract duration 5 Years

Page 17: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

17

Permitted framework extensions:

Extensions allowed as per the Public Contract Regulations 2015.

Suppliers The list of the suppliers for each lot will change regularly. For an up to date list please contact the DPS manager.

Accessible to? All Public sector organisations in England

LPP main contact person Laura Whitworth

Page 18: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

18

8. Legal Services

LPP contract reference number Legal

OJEU reference 2014/S 020-031452

Contract type Framework

Contract background The NHS is a large and complex organisation and requires specialist legal advice on a range of issues. The compliant provision of legal services is being continued through a new framework awarded by NHS Commercial Alliance but open to LPP members - it is no longer restricted to London. The framework offers NHS organisations the flexibility to run further competitions to reduce established ceiling prices or to move away from fixed hourly rates through the use of retainer models

Contract detail Lot 1 – Primary Care

Lot 2 – Mental Health Law

Lot 3 – Corporate & Commercial Law

Lot 4 – Employment Law

Lot 5 – Property Law

Lot 6 – PFI/PPP Projects

Lot 7 – NHS Governance & Public Law

Lot 8 – Healthcare Law

Lot 9 – Multi- disciplinary

Benefits of using the contract Reduced risk by providing a framework for Trusts which ensures suppliers have adequate quality standards, recruitment procedures and insurance cover.

Ceiling rates provided which can be reduced via a further competition.

Flexibility to contract on a fixed retainer pricing model to achieve reduction in spends and cost assurance

Free of charge consultation, either written or verbal up to one hour, to discuss legal matters

Fixed prices for defined standard services

Framework dates 01/02/2015 – 31/01/2019

Contract duration 4 Years

Permitted framework extensions:

No further extension periods

Suppliers Lot 1 - NHS Governance & Public Law Bevan Britten Blake Morgan Brachers Capsticks Clyde & Co DAC Beachcroft Freeth Cartwright Hempsons Hill Dickinson Mills &Reeve Ward Hadaway Weightmans

Lot 2 – Mental Health Law Bevan Britten Blake Morgan Capsticks Clyde and Co DAC Beachcroft Freeth Cartwright Hempsons

Page 19: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

19

Hill Dickinson Mills and Reeve Ward Hadaway Weightmans

Lot 3 – Corporate and Commercial Bevan Britten Bird & Bird Birketts Blake Morgan Brachers Capsticks DAC Beachcroft DWF Freeth Cartwright Hempsons Hill Dickinson Michelmores Mills & Reeve Pinsent Mason Staffs. CC Ward Hadaway Weightmans

Lot 4 – Employment Law Bevan Brittan LLP Birketts Blake Morgan Brachers Capsticks Clyde and Co DAC Beachcroft DWF Freeth Cartwright Hempsons Hill Dickinson Michelmores Mills & Reeve Pennington Manches Pinsent Mason Ward Hadaway Weightmans

Lot 5 – Property Law Bevan Britten Bird & Bird Birketts Blake Morgan Brachers Capsticks DAC Beachcroft DWF Eversheds Hempsons Hill Dickinson Lester Aldridge Michelmores Mills & Reeve Pennington Manches Pinsent Mason Staffs. CC Trowers Hamlin Ward Hadaway Weightmans

Page 20: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

20

Lot 6 – PFI/PPP projects Bevan Britten Bird & Bird Blake Morgan Capsticks Clyde & Co DAC Beachcroft DWF Eversheds Freeth Cartwright Hempsons Hill Dickinson Michelmores Mills & Reeve Pinsent Mason Staffs. CC Trowers Hamlin Walker Morris Ward Hadaway Weightmans

Lot 7 – NHS Governance & Public Law Bevan Britten Blake Morgan Brachers Capsticks Clyde and Co DAC Beachcroft DWF Freeth Cartwright Hempsons Hill Dickinson Mills & Reeve Ward Hadaway Weightmans

Lot 8- Health Law Bevan Britten Blake Morgan Brachers Capsticks Clyde & Co DAC Beachcroft Freeth Cartwright Hempsons Hill Dickinson Mills & Reeve Ward Hadaway Weightmans

Lot 9- Multi-Disciplinary Bevan Britten Blake Morgan Capsticks DAC Beachcroft Hempsons Hill Dickinson Mills & Reeve Ward Hadaway Weightmans

Accessible to? CPP Members

LPP main contact person Laura Whitworth

Page 21: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

21

9. Medium Value Works

LPP contract reference number LPP/2016/017

OJEU reference 2017/S 004-004435

Contract type Framework

Contract background London Procurement Partnership (LPP) has observed great popularity and utilisation of the Minor Building Works Dynamic Purchasing System for works and projects to the value of £500,000, since its introduction in January 2016. Feedback from Members, Clients, and Participating Authorities indicated a lack of suitable routes to market for projects valued £500,000 - £5,000,000. Cited reasons included a lack of contract structure flexibility and large project values on other frameworks; making projects under than £5,000,000 less attractive. Given the interest displayed from members, clients, and suppliers for a new “smaller” competitive framework, LPP undertook a separate OJEU process to establish one.

Contract detail The framework has been split into 70 lots to cater to the different work types, regions, and efficiencies of projects at different values. There are 5 work categories:

General Building Works

Acute Environment Works

Heritage Works

Mental Health Environment Works

Modular Building Works Each work category will be split between into two project value bands, to maximise efficiencies between SMEs and larger organisations: £500,000 - £2,000,000 £2,000,001 - £5,000,000 To further promote efficiencies and value for money on a national level, the Framework has been split into 7 geographical regions:

North East

North West

Midlands

East of England

London

South East

South West

Benefits of using the contract It is faster and less onerous than a full OJEU tender process;

There is no need to assess framework Contractors against criteria such as financial standing or business probity as these have been assessed during the PQQ stage of the framework establishment;

By using the framework there is no need for you to separately advertise your requirement;

By following these guidelines you can ensure that you are adhering to EU Procurement legislation

Framework dates 1st August 2017 – 31st July 2021 Contract duration 4 Years

Permitted framework extensions:

No extensions permitted

Suppliers Lot 1 – General Building Works (£500k-£2m) A&F Pilbeam Construction (Region: F) Aspect Building Solutions (Region: B) Borras Construction (Regions: A,E,F)

Page 22: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

22

Dawsun Construction (Regions: C,D,G) F Parkinson (Regions: B,C) Herbert T Forest (Region: C) Hutton Construction (Regions: A,E,F) Jeakins Weir (Region: E) Keepmoat Regeneration (Regions: A,B,C,D,E,F,G) Kier Construction (Regions: A,B,C,D,E,F,G) Lakehouse Contracts (Regions: A,E,F) Novus Property Solutions (Region: D) Project7 Construction (Region: B) Robertson Construction (Regions: B,C,D) Shaylor Group (Regions: A,B,C,D,E,F,G) T&B Contractors (Region: A) Vinci Construction (Regions: A,D,E,F) Warden Construction (Region: C)

Lot 2 – General Building Works (£2m - £5m) ARJ Construction (Regions: A,F) BJF Connections (Region: F) Borras Construction (Regions: E,F) Clegg Construction (Regions: D,E) Dawsun Construction (Regions: A,D,G) F Parkinson (Regions: B,C) Herbert T Forest (Region: C) Hutton Construction (Regions: A,E,F) Jeakins Weir (Region: E) Keepmoat Regeneration (Regions: A,B,C,D,E,F,G) Kier Construction (Regions: A,B,C,D,E,F,G) Lakehouse Contracts (Regions: A,E,F) Novus Property Solutions (Regions: C,D) Robertson Construction (Regions: B,C,D) Rydon Group (Region: G) Vinci Construction (Regions: A,D,F) Warden Construction (Region: C) Wildgoose Construction (Regions: B,C,D,E)

Lot 3 – Acute Environment Works (£500k - £2m) A&F Pilbeam Construction (Region: F) ARJ Construction (Regions: A,E,F) BJF Connections (RegionS: A,F) Brymor Construction (Region: A) Carmelcrest (Region: E) F Parkinson (Regions: B,C) Hutton Construction (Regions: A,E,F) Jarvis Contracting (Region: E) Kier Construction (Regions: A,B,C,D,E,F,G) Logan Construction (Region: A) MTX Contracts (Regions: A,B,C,D,E,F,G) RG Carter Projects (Regions: E,F) Robertson Construction (Regions: B,C,D) Vinci Construction (Regions: A,D,E,F) Warden Construction (Region: C)

Lot 4 – Acute Environment Works (£2m - £5m) Apex Construction (Region: A) ARJ Construction (Regions: A,E,F) Brymor Construction (Region: F) Ensigna Construction (Region: F) F Parkinson (Regions: B,C) Hutton Construction (Regions: A,E,F) Kier Construction (Regions: A,B,C,D,E,F,G) Logan Construction (Region: A) MTX Contracts (Regions: A,B,C,D,E,F,G) RG Carter Projects (Region: E) Robertson Construction (Regions: B,C,D) Rydon Group (Regions: A,E,F)

Page 23: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

23

Vinci Construction (Regions: A,D,E,F) Warden Construction (Region: C)

Lot 5 – Heritage Works (£500k - £2m) A&F Pilbeam Construction (Region: F) ARJ Construction (Regions: A,E,F) Borras Construction (Regions: A,E,F) F Parkinson (Regions: B,C) Hutton Construction (Regions: A,E,F) Jeakins Weir (Region: E) Keepmoat Regeneration (Regions: A,B,C,D,E,F,G) Kier Construction (Regions: A,B,C,D,E,F,G) Quinn London (Region: A) RG Carter Projects (Regions: E,F) Shaylor Group (Regions: A,B,C,D,E,F,G) Standage & Co (Region: A) Warden Construction (Region: C)

Lot 6 – Heritage Works (£2m - £5m) ARJ Construction (Regions: A,E,F) Borras Construction (Regions: A,E,F) Brymor Construction (Regions: A,F) Conamar Building (Region: E) Diamond Build (Regions: A,F) Hutton Construction (Regions: A,E,F) Jeakins Weir (Region: E) Keepmoat Regeneration (Regions: A,B,C,D,E,F,G) Kier Construction (Regions: A,B,C,D,E,F,G) Quinn London (Region: A) RG Carter Projects (Regions: E,F) Rydon Group (Region: G) Warden Construction (Region: C)

Lot 7 – Mental Health Environment (£500k - £2m) A&F Pilbeam Construction (Region: F) ARJ Construction (Region: A,E,F) BJF Connections (Regions: A,F) Brymor Construction (Regions: A,F) Carmelcrest (Region: E) F Parkinson (Regions: B,C) Hutton Construction (Regions: A,E,F) Kier Construction (Regions: A,B,C,D,E,F,G) MTX Contracts (Regions: B,C,D,E,G) Mulalley & Co (Region: A) RG Carter Projects (Region: E) Robertson Construction (Regions: B,C,D) Vinci Construction (Regions: A,D,E,F) Warden Construction (Region: C) Western Building Systems (Regions: A,B,C,D,E,F,G)

Lot 8 – Mental Health Environment (£2m - £5m) Apex Construction (Region: A) Brymor Construction (Regions: A,F) Conamar Building (Region: E) F Parkinson (Regions: B,C) Hutton Construction (Regions: A,E,F) Kier Construction (Regions: A,B,C,D,E,F,G) MTX Contracts (Regions: A,B,C,D,E,F,G) RG Carter Projects (Region: E) Robertson Construction (Regions: B,C,D) Rydon Group (Regions: A,F,G) Thomas Sinden (Regions: E,F) Vinci Construction (Regions: A,D,E,F) Warden Construction (Region: C) Western Building Systems (Regions: A,B,C,D,E,F,G)

Page 24: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

24

Lot 9 – Modular Building Works (£500k - £2m) Elliott Group (Regions: A,B,C,D,E,F,G) Extraspace Solutions (Regions: A,B,C,D,E,F,G) Hutton Construction (Regions: A,E,F) RG Carter Projects (Regions: E,F) The McAvoy Group (Regions: A,B,C,D,E,F,G) Western Building Systems (Regions: A,B,C,D,E,F,G)

Lot 10 – Modular Building Works (£2m - £5m) Elliott Group (Regions: A,B,C,D,E,F,G) Extraspace Solutions (Regions: A,B,C,D,E,F,G) Hutton Construction (Regions: A,E,F) The McAvoy Group (Regions: A,B,C,D,E,F,G) Western Building Systems (Regions: A,B,C,D,E,F,G)

Accessible to? All Public Sector

LPP main contact person Simon Williams

Page 25: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

25

10. Minor Building Works Dynamic Purchasing System

LPP contract reference number LPP/2015/021

OJEU reference 2015/S 213-387719

Contract type Dynamic Purchasing System

Contract background LPP identified a need for a compliant route to access suppliers for low value minor building works' services. A Dynamic Purchasing System enables smaller enterprises to bid for public sector work, and suppliers can apply to join the DPS throughout its life, unlike a standard framework.

Contract detail The DPS covers the following work categories:

Construction Work Building Construction Work Repair and Maintenance Services Building Services Maintenance (M & E) Electrical Installation & Maintenance/Services Building (General) Building Refurbishment Over £15k Building Repairs And Improvements (Max Notation £15k) Building (Design & Construct) Painting & Decorating (General) Joinery Doors Windows (Pvcu) Glazing Roofing Brick And Blockwork Tiling (Wall) Plumbing Flooring (General) Demolition Work Scaffolding Asbestos Removal/Treatment Site Clearance Landscaping Fencing Building (Hospitals) Building (Multi Storey Car Parks) to include maintenance Drainage Fire Protection (Sprinklers) Fire Protection-Smoke Vents (Automatic) Insulation (Building) Locksmiths Office Fit Out Partitions Plastering Road Maintenance (Minor Works) Building (Prefabricated/Temporary) Supply & Install Listed Building Work

Benefits of using the contract All suppliers who have been awarded on to the DPS have already passed the first stage, the pre-qualification questionnaire (PQQ). This included supplier information, exclusion & selection criteria, economic & financial standing and technical & professional ability.

Benefits for contracting authorities include:

Shortened procurement times as advertisement in OJEU and PQQ stage have already been undertaken - no further advertisement is necessary.

Page 26: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

26

Increased competition as local providers can apply to get on to the DPS at any time during its period of validity.

Participating organisations can develop their own specification, based on pre-developed templates, to meet their own requirements and formulate the award criteria more precisely.

Framework dates 04/01/2016-03/01/2017

Contract duration 1 Year

Permitted framework extensions:

3 Years

Suppliers As the list of qualified suppliers for each lot may regularly change, please contact the framework manager for an up to date supplier list.

Accessible to? All Public Sector

LPP main contact person Edward James

Page 27: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

27

11. Payroll Services

LPP contract reference number LPP/2016/010

OJEU reference 2016S/172-309970

Contract type Framework

Contract background NHS organisations may consider contracting out their payroll services in order to achieve efficiency savings. The Framework provides a means of selecting a cost-competitive supplier to deliver payroll services by way of a mini-competition. The Framework also provides a set of standard service specifications and performance indicators which helps avoid duplication of effort and enables NHS organisations to buy services in a timely and legally compliant manner.

Contract detail Mini -Competition

Benefits of using the contract The Framework has established ceiling prices that a supplier may not exceed when delivering services to any participating authority.

NHS organisations are able to save on time and costs associated with running a full procurement.

Standard services specifications and performance indicators have already been established that participating authorities can use as the base for developing their service.

The breadth of services and the flexibility built into the framework enables NHS organisations to think more proactively about how they might outsource some of their back office processes.

Volume discounts are available to organisations using the framework on reaching pre-defined payslip levels.

Framework dates 22/11/2016 – 21/11/2019

Contract duration 3 Years

Permitted framework extensions:

1 Year

Suppliers Equiniti Limited NHS Shared Business Services Limited Northumbria Healthcare NHS Foundation Trust t/a Payroll services Salford Royal NHS Foundation Trust t/a ELFS Shared Services Serco Limited St Helens & Knowsley NHS Teaching Hospital Trust

Accessible to? UK NHS Organisations

LPP main contact person Laura Whitworth

Page 28: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

28

12. PFI Contracts Review

LPP contract reference number LPP/2015/020

OJEU reference 2016/S 076-134603

Contract type Framework

Contract background The service allows NHS organisations to engage LPP, working in partnership with external PFI specialists, to look hard at their existing operational PFI contracts, and to institute measures to drive efficiencies and make savings in PFI contracts in line with the latest HM Treasury guidance. The suppliers will help and support LPP to provide member trusts with a ‘one stop shop’ multi discipline (financial, technical, legal) PFI efficiency review service.

Contract detail Lot 1 – PFI Contracts Review (mini-comp/ Call-Off)

Benefits of using the contract An OJEU compliant route to market for PFI specialist advisors.

The selected external advisors are highly experienced PFI finance, technical and legal experts who have a proven track record of delivering significant PFI savings across the public sector.

Proven service with the first review delivering an optimum price reduction to the organisation of £4.81m on the soft FM element of the PFI contract over the next five years. This reduction represents a saving of around 12 percent on the annual spend on soft FM services, whilst maintaining service levels to the required standard.

Services provided on a fixed or capped fee based on a competitive standard day rate rather than the ‘success fee’ model commonly adopted by commercial advisory organisations. This allows the NHS to keep all of the benefits delivered.

Framework dates 01/04/2015 – 31/03/2019

Contract duration 2 Years

Permitted framework extensions:

2 x 12 Months

Suppliers Lot 1 - PFI Contracts Review BDO LLP CIPFA Business Ltd Local Partnerships

Accessible to? London Procurement Partnership

LPP main contact person Edward James

Page 29: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

29

13. Professional Services Dynamic Purchasing System

LPP contract reference number LPP/2017/001

OJEU reference 2017/S 041-075014

Contract type Dynamic Purchasing System

Contract background NHS trusts and other public sector organisations require the ability to flexibly deliver Estates Professional Services in the way they see fit for their site(s). The DPS can be utilised by any public sector organisation. This includes NHS Trusts (including PFI healthcare buildings and facilities), NHS Collaborative Procurement Organisations, Clinical Commissioning Groups, NHS England, NHS Property Services Ltd and other approved public sector organisations in England. Potential users of the DPS are identified in the OJEU Contract Notice.

Contract detail The following apprenticeship categories are currently in scope of the DPS: -

DPS Work Categories:

Architecture Building Surveying CDM Coordinator Civil & Structural Engineering Cost Planning Electrical Services Project Management Air Systems Consultancy Breeam Assessments CRC & EU ETS Energy Conservation Geo-Thermal Surveys Energy Procurement Lighting Consultancy Environmental Impact Assessment Topographical, Building/ Infrastructure/ Site Surveys Authorising Engineers and Regulatory Consultancy Fire Consultancy Lift Consultancy Security Consultancy Waste Consultancy Water Hygiene & Legionella Risk Assessment and Consultancy Services Asbestos Surveys Life Cycle Planning & Management Estates Strategy and Business Case Development Equality Act/ DDA Consultancy Built Environment Consultancy and Workplace Transformation FM and Building Operations and Asset Management Consultancy Rent & Rates Review Property Acquisition Disposal & Management Advisory Healthcare Planning Acoustic & Vibrations Consultancy Drone Survey Ecology & Biodiversity

Benefits of using the contract A DPS was chosen as the most suitable commercial vehicle following feedback from LPP member Trusts and other potential users of the system. Establishing a DPS with multiple providers will help to create an environment which encourages fair competition, allowing Potential

Page 30: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

30

Providers to join at any time and choose whether to compete for all or any of the requirements for Estates Professional Services under the DPS for which they are considered suitable. Potential Providers who are successful in securing a place on the DPS will be entered onto a computer database maintained by Constructionline which the Contracting Authorities will access to source

provision that meets their local business requirements.

Benefits for contracting authorities include:

Shortened procurement time as advertisement in OJEU and PQQ stage has already been undertaken.

Encourages competition as it is easier for local providers to get on to the DPS and join at any time during its period of validity.

Contracting Authorities can undertake a competition with a group of pre-qualified Tenderers with all qualification documentation held centrally by LPP.

Award of individual tenders can be quicker than under some other procedures. The minimum time limit for return of tenders is 10 days

Award criteria can be formulated more precisely for specific local contracts, adapting the LPP templates as appropriate.

Suppliers don’t have to demonstrate suitability and capability every time they wish to compete for a public sector contract.

Suppliers may join the DPS at any time during its period of validity so they are not “locked out”.

More accessible for SMEs.

Framework dates 01/04/2017 – 31/03/2021

Contract duration 1 Year

Permitted framework extensions:

3 Years

Suppliers As the list of qualified suppliers for each lot may regularly change, please contact the framework manager for an up to date supplier list.

Accessible to? All Public Sector

LPP main contact person Edward James

Page 31: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

31

14. Soft Facilities Management Services

LPP contract reference number L0028

OJEU reference 2012/S 187-0307998

Contract type Framework

Contract background This framework has been established to allow public sector organisations to award contracts for a range of soft facilities management services. These can either be awarded on a per lot basis or can be awarded as a managed service through lot 1. Soft facilities management contracts are complex agreements which can take significant time and cost to award. LPP identified an opportunity to provide a framework to make the process faster, easier but also OJEU compliant. All suppliers appointed to this Framework provide comprehensive and innovative soft facilities management solutions and proactively assist the Authorities in their attempts to achieve efficiency savings through improved ways of working without impacting on patient care.

Contract detail Lot 1 - Fully Managed Service for Soft Facilities Management Services (mini competition)

Lot 2a - General Cleaning Services (mini competition)

Lot 2b - Window Cleaning Services (mini competition)

Lot 2c - Pest Control and Prevention Services (mini competition)

Lot 3 - Catering Services (mini competition)

Lot 4 - Linen and Laundry Services (mini competition)

Lot 5 - Security and Manned Guarding Services (mini competition)

Benefits of using the contract Provides a comprehensive soft facilities management service which meets all of the Authority's requirements and is OJEU compliant.

Supports the Authority in meeting its requirements under The New Fair Deal.

Provides a flexible solution in regard to the changes that may affect both the NHS and the wider public sector during the life of the framework.

The framework is based on generic service specifications, which can be adapted to capture the requirements and service levels specific to the Authority. The suppliers’ ability to deliver such specific requirements can be examined in the mini competition.

Framework dates 02/04/2013 - 01/04/2018

Contract duration 5 Years

Suppliers Lot 1 - Fully Managed Service for Soft Facilities Management Services Amey Community Ltd Bouygues E&S FM UK Ltd Compass Contract Services (Medirest) ENGIE (Formerly Cofely Workplace) G4S Facilities Management (UK) Ltd *Initial Facilities* (merged with Interserve only invite Interserve) Inteserve (Facilities Management) Ltd ISS Mediclean (ISS Facility Services) MITIE Healthcare OCS Group UK Ltd Serco Health Sodexo

Page 32: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

32

Lot 2a - General Cleaning Services Amey Community Ltd Cofely Workplace MITIE Healthcare OCS Group UK Ltd Serco Health

Lot 2b - Window Cleaning Services All Clean Services Amey Community Ltd Lakethorne Ltd MITIE Healthcare Serco Health

Lot 2c - Pest Control and Prevention Services Beaver Pest Control Ecolab Ltd MITIE Healthcare OCS Group UK Ltd Rentokil Pest Control

Lot 3 - Catering Services Aramark Ltd MITIE Healthcare OCS Group Ltd Serco Health Supply Direct Ltd

Lot 4 - Linen and Laundry Services East Sussex Healthcare NHS Trust Grosvenor Contracts (London) Ltd Berendsen Healthcare Ltd Synergy LMS

Lot 5 - Security and Manned Guarding Services Cofely Workplace Corps Security Ltd G4S Secure Solutions (UK) Ltd MITIE Healthcare OCS Group UK Ltd Securitas Security Services (UK) Ltd

Accessible to? All Public Sector

LPP main contact person Simon Williams / Ash Fraser

Page 33: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

33

15. Transactional Finance, Accountancy and Transactional Procurement

LPP contract reference number LPP/2013/00002

OJEU reference 2013/S 062-103923

Contract type Framework

Contract background NHS organisation may consider contracting out a number of "back-office" functions including Transactional Finance, Accountancy and Transactional Procurement through the LPP Framework Agreement. The Framework has established ceiling prices that a supplier may not exceed when delivering services to any participating authority. The Framework also provides a set of standard service specifications and performance indicators which helps avoid duplication of effort and enables NHS organisations to buy services in a timely and legally compliant manner.

Contract detail Lot 1 - Transactional Finance (call off)

Lot 2 - Accountancy Services (call off)

Lot 3 - Transactional Procurement (call off)

Benefits of using the contract The Framework has established ceiling prices that a supplier may not exceed when delivering services to any participating authority.

NHS organisations are able to save on time and costs associated with running a full procurement.

Standard services specifications and performance indicators have already been established that participating authorities can use as the base for developing their service.

The breadth of services and the flexibility built into the framework enables NHS organisations to think more proactively about how they might outsource some of their back office processes.

Framework dates 10/04/2014 - 09/04/2018

Contract duration 4 Years

Permitted framework extensions:

None

Suppliers Lot 1 - Transactional Finance ELFS Shared Business Services

Lot 2 - Accountancy Services ELFS Shared Business Services

Lot 3 - Transactional Procurement Essentia, Guy's and St Thomas' NHS Foundation Trust

Accessible to? LPP Members

LPP main contact person Laura Whitworth

Page 34: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

34

16. Transport Services

LPP contract reference number L0019

OJEU reference 2012/S 105-175531

Contract type Framework

Contract background This framework has been established to allow public sector organisations to award contracts for a range of transport services. These can either be awarded on a per lot basis or can be awarded as a managed service through lot 5. All suppliers appointed to this Framework provide comprehensive and innovative transport solutions and proactively assist the Authorities in their attempts to achieve efficiency savings through improved ways of working without impacting on patient care.

Contract detail Lot 1 - Non Emergency Patient Transport (mini competition)

Lot 2 - Other Specialised Patient Transport (mini competition)

Lot 3 - Courier Services (mini competition)

Lot 4 - Staff Transport (Taxis) (mini competition)

Lot 5 - Integrated Transport Service (mini competition)

Benefits of using the contract Provides a comprehensive transport service which meets all of the Authority’s requirements and is OJEU compliant.

High quality non-emergency patient transport provision which focuses on delivering patient care and service provision.

Improves the value for money, quality, flexibility and sustainability of Transport Services through the establishment of effective eligibility criteria with contractual obligations on the Contractor to deliver efficiencies.

Contributes to the Authority’s ambitions for supporting a low carbon economy by driving efficiencies in vehicle scheduling.

Supports the Authority in meeting its requirements under The New Fair Deal.

Provides a flexible solution in regard to the changes that may affect both the NHS and the wider public sector during the life of the framework.

The ability to structure the contract to meet the needs of the Authority, either through a block contract or cost-per-journey basis.

Framework dates 21/12/2012 - 20/12/2017

Contract duration 5 Years

Suppliers Lot 1 - Non Emergency Patient Transport Arriva Transport Solutions Ltd ERS Medical E-zec Medical Transport Services G4S Facilities Management (UK) Ltd London Ambulance Service Medical Services Ltd Private Ambulance Ltd

Lot 2 - Other Specialised Patient Transport Arriva Transport Solutions Ltd ERS Medical E-zec Medical Transport Services G4S Facilities Management (UK) Ltd London Ambulance Service Medical Services Ltd Private Ambulance Ltd St John Ambulance

Page 35: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

35

Lot 3 - Courier Services City Sprint UK Ltd eCourier ERS Medical Greyhound Cars Ltd Olympic (South) Ltd Riverside Group (London) Ltd

Lot 4 - Staff Transport (Taxis) Greyhound Cars Ltd Olympic (South) Ltd Parker Car Service Riverside Group (London) Ltd

Lot 5 - Integrated Transport Service Arriva Transport Solutions Ltd AST Ambulance Service Ltd DHL Supply Chain ERS Medical London Ambulance Service Medical Services Ltd Olympic (South) Ltd Riverside Group (London) Ltd

Accessible to? Any UK Public Sector Organisation

LPP main contact person Simon Williams / Ash Fraser

Page 36: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

36

17. Waste Management

LPP contract reference number LPP/2017/011

OJEU reference 2017/S 126-256823

Contract type Framework

Contract background This framework has been established to allow public sector organisations to award contracts for waste collection and disposal services. These can either be awarded on a per lot basis or can be awarded as a managed service through lot 1. All suppliers appointed to this Framework provide comprehensive and innovative waste solutions and proactively assist Authorities in their attempts to reduce the quantities of waste sent to landfill and achieve their recycling targets. This is in line with the revised Waste (England and Wales) Regulations 2011 that prioritises the waste hierarchy.

Contract detail Lot 1 – Integrated Waste Management Service (mini competition)

Lot 2 – General Waste & Recycling (mini competition)

Lot 3 - Clinical, Hazardous and Radioactive Waste (mini competition)

Lot 4 – Confidential Waste (mini competition)

To further promote efficiencies and value for money on a national level, the Framework has been split into 7 geographical regions:

Region A - London

Region B – North East

Region C – North West

Region D - Midlands

Region E – East of England

Region F – South East

Region G – South West

Benefits of using the contract Provides a comprehensive waste service which meets all of the Authority’s requirements and is OJEU compliant.

Challenges contractors to demonstrate that the majority of the waste it handles is not sent to land fill and utilises the most appropriate and environmentally friendly methodology for treatment and disposal. Contractors provide transparent online reporting systems which identify the final destination for each waste stream showing whether it has been reused, recycled, recovered (waste-energy) or sent to land fill.

The contract provides solutions that minimise waste to landfill, treats waste as a resource and embraces strategies to reduce miles and its ensuing carbon footprint and cost.

Requires suppliers to have a fleet of vehicles which are at least EUROV compliant have been equipped with GPS tracking and reporting facilities on both the waste collected and the carbon footprint for the collection.

Encourages Contrators to undertake training, education and road-shows to the Authority's employees to encourage and increase waste awareness.

Provides a flexible solution in regard to the changes that may affect both the NHS and the wider public sector during the life of the framework.

Framework dates 18/11/2017 - 17/11/2021

Contract duration 4 Years

Page 37: Estates, Facilities & Professional Services Frameworks ...Shah 28/11/2016Miah 3.2 Updated Payroll Services Framework Ash Fraser 16/02/2017 3.3 Updated Audit & Consultancy Audit Framework

37

Suppliers Lot 1 – Integrated Waste Management Service Biffa Waste Services Ltd (Regions: B,C,E) Bywaters (Leyton) Ltd (Regions: A,F) Grundon Waste Management (Regions: A,D,E,F,G) Sharpsmart Ltd (Regions: A,B,C,D,E,F,G) Skanska Construction UK Ltd (Regions: A,B,C,D,E,F,G) SRCL (Regions: A,B,C,D,E,F,G) Suez (Regions: A,B,C,D,F,G) Tradebe Healthcare Ltd (Regions: A,B,C,D,E,F,G) Veolia Environmental Services (Regions: A,B,C,D,E,F,G) Viridor Waste Management (Regions: B,C,E,G)

Lot 2 – General Waste & Recycling Bagnall & Morris Waste Services (Regions: C,D) Biffa Waste Services (Regions: A,B,C,D,E,F,G) Bywaters (Leyton) Ltd (Regions: A,F) F&R Cawley (Regions: A,D,E) Grundon Waste Management (Regions: A,D,E,F,G) Suez (Regions: A,B,C,D,G) Veolia Environmental Services (Regions: A,B,C,D,E,F,G) Weir Waste Services Ltd (Region: D)

Lot 3 - Clinical, Hazardous and Radioactive Waste Grundon Waste Management (Regions: A,D,E,F,G) Healthcare Environmental Group (Regions: A,B,C,D,E,F,G) Medisort Ltd (Regions: A,E,F,G) Personal Hygiene Services (Regions: A,B,C,D,E,F,G) Sharpsmart Ltd (Regions: A,B,C,D,E,F,G) SRCL (Regions: A,B,C,D,E,F,G) Tradebe Healthcare Ltd (Regions: A,B,C,D,E,F,G)

Lot 4 – Confidential Waste Bagnall & Morris Waste Services (Regions: C,D) Bywaters (Leyton) Ltd (Regions: A,F) Data Solutions 2016 Ltd (Regions: A,B,C,D,E,F,G) M&J Bowers Ltd (Region: G) Shred Station Ltd (Regions: A,B,C,D,E,F) Shred-It Ltd (Regions: A,B,C,D,E,F,G) SRCL (Regions: A,B,C,D,E,F,G) Suez (Regions: A,D,F,G) Total Shred (Region: A)

Accessible to? All Public Sector

LPP main contact person Simon Williams