Skip to main content

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

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

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

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

Contract Notice

PFH Fire Safety Works Framework

  • First published: 06 August 2024
  • Last modified: 06 August 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03b1aa
Published by:
Procurement for Housing
Authority ID:
AA20144
Publication date:
06 August 2024
Deadline date:
12 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 90% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, dynamic purchasing systems, spend analyses, strategy reviews, consolidated billing and comprehensive reporting.

PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (“PCR 2015”) and a central purchasing body under regulation 37 PCR 2015.

Please refer to www.pfh.co.uk for additional information.

PfH is administered by Inprova Limited (Inprova) and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner supporting business performance improvement for both public and private sector clients.

PfH is seeking qualified and experienced contractors and suppliers to establish a framework agreement for a range of fire safety works measures. The framework will be divided into seven lots with regions and value bands. A separate framework has recently been procured for Fire Safety Consultancy services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Procurement for Housing

Unit 2

Warrington

WA2 0YL

UK

Contact person: Bradley Francis Hughes

Telephone: +44 7971266217

E-mail: bhughes@pfh.co.uk

NUTS: UK

Internet address(es)

Main address: http://www.procurementforhousing.co.uk

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

www.mytenders.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.mytenders.co.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

PFH Fire Safety Works Framework

II.1.2) Main CPV code

45343000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 90% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, dynamic purchasing systems, spend analyses, strategy reviews, consolidated billing and comprehensive reporting.

PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (“PCR 2015”) and a central purchasing body under regulation 37 PCR 2015.

Please refer to www.pfh.co.uk for additional information.

PfH is administered by Inprova Limited (Inprova) and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner supporting business performance improvement for both public and private sector clients.

PfH is seeking qualified and experienced contractors and suppliers to establish a framework agreement for a range of fire safety works measures. The framework will be divided into seven lots with regions and value bands. A separate framework has recently been procured for Fire Safety Consultancy services.

II.1.5) Estimated total value

Value excluding VAT: 300 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Active Works

II.2.2) Additional CPV code(s)

44115500

51100000

35111500

71321000

45343100

75251110

31625100

45343230

35111520

71317100

45350000

50710000

31625200

45312100

31518200

31625000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes the design, installation, testing, commissioning / handover and servicing and maintenance of new and existing active fire protection systems including but not limited to fire and smoke alarms, extinguishers, AOV’s, dry and wet risers and emergency lighting installations in accordance with the Specification including integration with the Member’s fire strategy / risk assessment and all required builder’s works.

PfH intend to award places on the framework to 5 supplier’s per region and value band but reserve the right to award greater or fewer places depending on the bids received.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will initially be awarded for three years with the option to extend for a further year.

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

Passive Works

II.2.2) Additional CPV code(s)

31625100

71321000

45343100

44221220

51100000

35111000

45343200

45350000

75251110

71317100

42512510

50222100

34928470

35111200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes the design, installation, testing, commissioning / handover and servicing and maintenance of a range of passive fire protection measures including but not limited to fire resistant rated compartmentation works, replacement fire doors to PAS 24 standards, wet / dry riser works, fire sealing and damping, signage and photoluminescent path markers in accordance with the Specification including integration with the Member’s fire strategy / risk assessment and all required builder’s works.

PfH intend to award places on the framework to 5 supplier’s per region and value band but reserve the right to award greater or fewer places depending on the bids received.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will initially be awarded for three years with the option to extend for a further year.

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

Fire Doors - Contractor Supply and Install

II.2.2) Additional CPV code(s)

45343000

44221220

75251110

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes the supply and installation of fire doors in accordance with the Specification including integration with the Member’s fire strategy / risk assessment and all required builder’s works. Both supply and install of doors should be covered by relevant and valid third-party accreditation.

PfH intend to award places on the framework to 5 supplier’s per region and value band but reserve the right to award greater or fewer places depending on the bids received.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will initially be awarded for three years with the option to extend for a further year.

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

Fire Doors - Manufacturer Supply and Install

II.2.2) Additional CPV code(s)

45343000

44221220

75251110

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes the manufacture and installation of fire doors in accordance with the Specification including integration with the Member’s fire strategy / risk assessment and all required builder’s works. Both manufacture and install of doors should be covered by relevant and valid third-party accreditation.

PfH intend to award places on the framework to 5 supplier’s per region and value band but reserve the right to award greater or fewer places depending on the bids received.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 25 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will initially be awarded for three years with the option to extend for a further year.

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

Fire Doors - Manufacturer Supply Only

II.2.2) Additional CPV code(s)

45343000

44221220

75251110

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes the supply of fire doors in accordance with the Specification including integration with the Member’s fire strategy / risk assessment and all required builder’s works. Doors supplied should be covered by relevant and valid third-party accreditation.

PfH intend to award places on the framework to 5 supplier’s per region and value band but reserve the right to award greater or fewer places depending on the bids received.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 25 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will initially be awarded for three years with the option to extend for a further year.

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

Cladding

II.2.2) Additional CPV code(s)

45262650

45343100

44212381

75251110

71317100

35111200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes the design, installation, testing, commissioning / handover and servicing and maintenance of a replacement Aluminium Composite Material (ACM) cladding panels with new fire-resistant cladding systems with appropriate compartmentation in accordance with the Member’s fire strategy / risk assessment and all required builder’s works.

PfH intend to award places on the framework to 5 supplier’s per region and value band but reserve the right to award greater or fewer places depending on the bids received.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will initially be awarded for three years with the option to extend for a further year.

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

Whole Building Works

II.2.2) Additional CPV code(s)

44115500

31625100

71321000

35111520

45312100

44221220

45343200

51100000

75251110

44212381

45350000

31625000

71317100

31518200

31625200

34928470

35111200

45343230

50710000

35111500

45343100

45262650

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes the design, installation, testing, commissioning / handover and servicing and maintenance of a range of active and passive fire protection measures as described in Lots 1, 2 & 3 inclusive, in accordance with the Specification including integration with the Member’s fire strategy / risk assessment and all required builder’s works.

PfH intend to award places on the framework to 5 supplier’s per region and value band but reserve the right to award greater or fewer places depending on the bids received.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will initially be awarded for three years with the option to extend for a further year.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

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

Envisaged maximum number of participants to the framework agreement: 50

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-007017

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

Date: 12/09/2024

Local time: 17:00

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

EN

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/09/2024

Local time: 17:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; the Northern Ireland Housing Executive; any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations; educational establishments and any other contracting authority listed on the following page of the PfH website :

http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232487.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:232487)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Date of dispatch of this notice

02/08/2024

Coding

Commodity categories

ID Title Parent category
31625000 Burglar and fire alarms Sound or visual signalling apparatus
44212381 Cladding Structural products and parts except prefabricated buildings
45262650 Cladding works Special trade construction works other than roof works
42512510 Dampers Air-conditioning installations
31518200 Emergency lighting equipment Signalling lights
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
44221220 Fire doors Windows, doors and related items
35111520 Fire suppression foam or similar compounds Firefighting equipment
35111500 Fire suppression system Firefighting equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
35111000 Firefighting equipment Firefighting, rescue and safety equipment
45343200 Firefighting equipment installation work Fire-prevention installation works
35111200 Firefighting materials Firefighting equipment
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
75251110 Fire-prevention services Fire-brigade services
45343100 Fireproofing work Fire-prevention installation works
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
45350000 Mechanical installations Building installation work
50222100 Repair and maintenance services of dampers Repair and maintenance services of rolling stock
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
34928470 Signage Road furniture
44115500 Sprinkler systems Building fittings
45343230 Sprinkler systems installation work Fire-prevention installation works

Delivery locations

ID Description
100 UK - All

Alert region restrictions

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

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
bhughes@pfh.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.