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 Business Solutions and Supply Management Framework

  • First published: 08 December 2024
  • Last modified: 08 December 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-0443f7
Published by:
Procurement for Housing
Authority ID:
AA20144
Publication date:
08 December 2024
Deadline date:
11 February 2025
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 experienced suppliers to establish a framework agreement for a range of Business Solution needs, including Janitorial, Office and Business and Printing. The framework will be constructed of ten lots.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Procurement for Housing

2 Olympic Way, Woolston Grange Avenue

Birchwood, Warrington

WA2 0YL

UK

Contact person: Hanna Celinska-Drozd

Telephone: +44 7971266217

E-mail: hcelinska-drozd@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 Business Solutions and Supply Management Framework

Reference number: HD / BSSM / 1124

II.1.2) Main CPV code

30000000

 

II.1.3) Type of contract

Supplies

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 experienced suppliers to establish a framework agreement for a range of Business Solution needs, including Janitorial, Office and Business and Printing. The framework will be constructed of ten lots.

II.1.5) Estimated total value

Value excluding VAT: 137 525 000.00  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

Office & Business Solutions

II.2.2) Additional CPV code(s)

30100000

30123000

30190000

30191100

30192000

30192110

79400000

33141620

33141623

33000000

30200000

30234000

30237200

48000000

72268000

30191000

30197000

90500000

90511400

90510000

90514000

33182100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 1 of the Framework Agreement covers comprehensive office and business solutions, including essential products and services for daily operations and health and safety. This lot operates based on a core basket of goods, with the ability to identify products listed as best value, sustainable, branded and own branded.

The scope includes items such as general office stationery, business machines, paper, labels, filing and storage, PPE, hygiene supplies, and associated services like shredding and recycling. PfH intends to appoint five suppliers to this lot but may adjust the number based on the bids received. Successful suppliers will provide delivery throughout the entire UK.

Its PfH’s intention to award places on the framework to five (5) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualtiy / 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: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Office & Business Solutions – Smart Savings

II.2.2) Additional CPV code(s)

30123000

30100000

30190000

30191100

30192000

30192110

79400000

33141620

33141623

33000000

30200000

30234000

30237200

48000000

72268000

30191000

30197000

90500000

90511400

90510000

90514000

33182100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 of the Framework Agreement focuses on smart savings for members through a single supplier. This lot operates based on a core basket of goods, with a minimum smart savings detailed in the supplier's bid via a percentage. We intend for PFH members to receive a smart savings plan within 30 days of the contract start date. This will outline how the supplier plans to deliver the specified savings by the first anniversary of the Call Off Contract. The savings plan will be tracked monthly to ensure progress.

Successful suppliers will provide delivery throughout the entire UK.

The scope includes items such as general office stationery, business machines, paper, labels, filing and storage, PPE, hygiene supplies, and associated services like shredding and recycling.

PfH intends to appoint three (3) suppliers however PfH reserve the right to award a greater of fewer number of 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: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Print Mailing & Digital Communications

II.2.2) Additional CPV code(s)

22000000

22100000

22110000

22120000

22160000

22458000

22461000

22462000

22820000

22850000

22900000

64121100

64210000

64216120

30199700

30199710

30199730

48223000

72412000

72512000

79570000

79820000

79821100

79800000

79811000

79821000

79822500

79823000

79824000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 3 provides members with a comprehensive range of print and digital communication services. This includes end-to-end print management solutions, document management, and associated services such as scanning, physical and digital document storage, fulfilment, postage, and distribution. Members can procure printed documents and marketing materials, with services including ad hoc print requests, hybrid mail services, desktop mailing, inbound mail management, stock management, and online ordering. Successful suppliers will provide delivery throughout the entire UK.

In addition, suppliers in this lot should be able to deliver a wide range of signage capabilities, of varying purposes from a scope of materials. The scope will include but not be limited to vehicle livery, external signage, site boarding etc.

Its PfH’s intention to award places on the framework to five (5) suppliers, however PfH reserve the right to award a greater of fewer number of 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: 20 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 4

II.2.1) Title

Print Devices & Associated Services

II.2.2) Additional CPV code(s)

30000000

30100000

30121100

30121200

30121300

30121420

30122000

30123000

30124000

30125000

30190000

48100000

50300000

72000000

72250000

79000000

79500000

79800000

79820000

51600000

30232100

30197642

30125100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 4 of the Framework Agreement provides members with a comprehensive range of print devices, from domestic desktop printers to high-specification, multifunctional commercial devices. In addition to the devices, suppliers will offer a full range of optional associated services, from standard managed print to full digital transformation solutions. This lot aims to provide a holistic approach to managing printing needs, ensuring cost efficiencies and enhanced productivity.

Its PfH’s intention to award places on the framework to five (5) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received. Successful suppliers will provide delivery throughout the entire UK.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 5

II.2.1) Title

Office & Business Furniture

II.2.2) Additional CPV code(s)

39100000

39110000

39120000

39121000

39122000

39130000

39131000

39132000

39133000

39134000

39135000

39136000

39153000

39153100

39155000

39155100

39156000

39157000

39190000

39191000

39192000

39200000

39220000

39230000

39240000

39260000

39294000

39295000

39298000

39711000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 5 offers a comprehensive range of office and business furniture designed to meet the diverse needs of modern work environments. This includes desks, chairs, storage solutions, and meeting furniture, all aimed at providing high-quality, flexible, and aesthetically pleasing options for the public sector.

Additional services such as space planning, installation, reconfiguration, and maintenance are intended to be available but are not mandatory requirements.

Its PfH’s intention to award places on the framework to six (6) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.

Successful suppliers will provide delivery throughout the entire UK.

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: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 6

II.2.1) Title

Digital Transformation

II.2.2) Additional CPV code(s)

72000000

72200000

72262000

72500000

79421000

48400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 6 intends to provide comprehensive digital transformation to support members in modernizing their operations, enhancing efficiency, and ensuring data security. This includes secure digital document management systems with advanced search, indexing, and compliance features, as well as workflow automation tools to streamline routine processes like invoicing and onboarding. IT infrastructure modernization is also a key component, offering secure, cloud-based or hybrid storage solutions, data backup, and network security.

Its PfH’s intention to award places on the framework to three (3) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.

Successful suppliers will provide delivery throughout the entire UK.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 7

II.2.1) Title

Total Printing Solutions

II.2.2) Additional CPV code(s)

22000000

22100000

22110000

22120000

22458000

22461000

22462000

22820000

22850000

22900000

64121100

64210000

64216120

30199700

30199710

30199730

72412000

72512000

79570000

79820000

79821100

30000000

48100000

72000000

79500000

79800000

30100000

51600000

22160000

79000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 7 provides a comprehensive solution for managing all aspects of printing by combining print services, devices, and support into a single contract. This approach simplifies procurement and management, reducing costs and administrative work. It covers a wide range of printing needs, from standard materials to specialized requirements, and includes complete device management.

Its PfH’s intention to award places on the framework to three (3) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.

Successful suppliers will provide delivery throughout the entire UK.

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: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 8

II.2.1) Title

Workwear and Personal Protective Equipment (PPE) including Specialist Hazards

II.2.2) Additional CPV code(s)

18000000

18100000

18130000

18140000

18200000

18300000

18400000

18440000

18443000

18444000

18800000

18810000

18815000

18830000

18840000

18831000

39561000

22458000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 8 intends to offer a comprehensive range of workwear and PPE solutions tailored to meet the diverse needs of public sector industries. This includes standard workwear, customizable uniforms, and a wide range of PPE, from basic kits to advanced protection for high-risk environments. Specialists wear such as flame and chemical-resistant clothing, as well as thermal and electrical protection garments should be provided.

In addition to products, Lot 8 offers essential services like training and inspection programs to ensure proper use and maintenance of PPE. Customized delivery and collection services, an online portal for personalized ordering, and stock management solutions should be available to streamline logistics and inventory control. This integrated approach simplifies procurement and management, promotes safety, ensures compliance with industry standards, and might offer expert guidance to meet.

It's PfH’s intention to award places on the framework to three (3) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.

Successful suppliers will provide delivery throughout the entire UK.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 9

II.2.1) Title

Janitorial Supplies

II.2.2) Additional CPV code(s)

39800000

39820000

39831000

39832000

39833000

39220000

39224000

39525000

33760000

33770000

33772000

98341130

31680000

42999000

42999100

42999300

42999200

42999400

34928480

39224340

18424000

18424300

18141000

18424500

18100000

33000000

39561000

44423400

33100000

33730000

33735000

33735100

35113000

35113400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 9 intends to provide a comprehensive range of janitorial supplies and services to meet all cleaning and hygiene needs for PfH members. This includes but is not limited to disposable and reusable cloths, wipes, paper products, floor care chemicals, kitchen and bathroom cleaning solutions, disinfectants, spill kits, air fresheners, and first aid kits. It also covers cleaning tools and equipment like mops, brushes, buckets, and trolleys, as well as personal protective items such as gloves and aprons.

In addition to products, Lot 9 offers flexible delivery options, stock management solutions, and training sessions to ensure safe and effective use of supplies. Suppliers are expected to provide high-quality, eco-friendly products and offer guidance on their proper use. This lot intends to support public sector environments by maintaining high standards of cleanliness and hygiene, ensuring compliance with regulations, and providing reliable and flexible solutions to meet members' needs.

It's PfH’s intention to award places on the framework to three (3) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.

Successful suppliers will provide delivery throughout the entire UK.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 7 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 10

II.2.1) Title

Tail Spend Solution

II.2.2) Additional CPV code(s)

18100000

30000000

79800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 10 helps organizations manage small, infrequent purchases in office supplies, janitorial products, and printing services. By focusing on "tail spend," it unlocks hidden savings, reduces administrative burdens, and improves procurement control. The goal is cost reduction through streamlined processes and better supplier terms, saving time and resources with optimized procurement and automation.

It's PfH’s intention to award places on the framework to three (3) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.

Successful suppliers will provide delivery throughout the entire UK.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) 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 set out 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: 41

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:

2024/S 000-006383

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

Date: 11/02/2025

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 11/02/2025

Local time: 12:00

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=233305.

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:233305)

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

04/12/2024

Coding

Commodity categories

ID Title Parent category
22462000 Advertising material Trade-advertising material, commercial catalogues and manuals
39833000 Anti-dust products Cleaning products
39294000 Apparatus and equipment designed for demonstrational purposes Miscellaneous furnishing
22458000 Bespoke printed matter Security-type printed matter
22850000 Binders and related accessories Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
39224340 Bins Brooms and brushes and other articles of various types
22160000 Booklets Printed books, brochures and leaflets
39153100 Bookstands Conference-room furniture
18815000 Boots Footwear other than sports and protective footwear
39224000 Brooms and brushes and other articles of various types Kitchen equipment, household and domestic items and catering supplies
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
30199730 Business cards Paper stationery and other items
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
48400000 Business transaction and personal business software package Software package and information systems
22461000 Catalogues Trade-advertising material, commercial catalogues and manuals
39800000 Cleaning and polishing products Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
18000000 Clothing, footwear, luggage articles and accessories Materials and Products
39136000 Coat hangers Office furniture
30237200 Computer accessories Parts, accessories and supplies for computers
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
39134000 Computer furniture Office furniture
72500000 Computer-related services IT services: consulting, software development, Internet and support
39153000 Conference-room furniture Miscellaneous furniture and equipment
39122000 Cupboards and bookcases Tables, cupboards, desk and bookcases
39240000 Cutlery Furnishing
33182100 Defibrillator Cardiac support devices
39260000 Delivery trays and desk equipment Furnishing
39121000 Desks and tables Tables, cupboards, desk and bookcases
79811000 Digital printing services Printing services
30121420 Digital senders Photocopying and thermocopying equipment
39832000 Dishwashing products Cleaning products
39133000 Display units Office furniture
18424300 Disposable gloves Gloves
33772000 Disposable paper products Paper sanitary
72512000 Document management services Computer-related management services
39711000 Electrical domestic appliances for use with foodstuffs Electrical domestic appliances
31680000 Electrical supplies and accessories Electrical equipment and apparatus
72412000 Electronic mail service provider Provider services
64216120 Electronic mail services Electronic message and information services
48223000 Electronic mail software package Internet and intranet software package
33730000 Eye care products and corrective lenses Personal care products
30191100 Filing equipment Office equipment except furniture
39132000 Filing systems Office furniture
33141623 First-aid boxes Disposable non-chemical medical consumables and haematological consumables
18800000 Footwear Clothing, footwear, luggage articles and accessories
18831000 Footwear incorporating a protective metal toecap Protective footwear
18810000 Footwear other than sports and protective footwear Footwear
22820000 Forms Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
39200000 Furnishing Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39100000 Furniture Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
18300000 Garments Clothing, footwear, luggage articles and accessories
18424500 Gauntlets Gloves
18424000 Gloves Clothing accessories
33735000 Goggles Eye care products and corrective lenses
79822500 Graphic design services Composition services
18440000 Hats and headgear Special clothing and accessories
18443000 Headgear and headgear accessories Hats and headgear
48100000 Industry specific software package Software package and information systems
30192110 Ink products Office supplies
51600000 Installation services of computers and office equipment Installation services (except software)
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
98341130 Janitorial services Accommodation services
39220000 Kitchen equipment, household and domestic items and catering supplies Furnishing
39155100 Library equipment Library furniture
39155000 Library furniture Miscellaneous furniture and equipment
39156000 Lounge and reception-area furniture Miscellaneous furniture and equipment
64121100 Mail delivery services Multi-modal courier services
79570000 Mailing-list compilation and mailing services Office-support services
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
33141620 Medical kits Disposable non-chemical medical consumables and haematological consumables
39525000 Miscellaneous manufactured textile articles Made-up textile articles
22900000 Miscellaneous printed matter Printed matter and related products
42999200 Non-domestic floor polishers Non-domestic vacuum cleaners and floor polishers
42999100 Non-domestic vacuum cleaners Non-domestic vacuum cleaners and floor polishers
42999000 Non-domestic vacuum cleaners and floor polishers Miscellaneous special-purpose machinery
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles and accessories
30123000 Office and business machines Photocopying and offset printing equipment
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
30191000 Office equipment except furniture Various office equipment and supplies
39130000 Office furniture Furniture
30100000 Office machinery, equipment and supplies except computers, printers and furniture Office and computing machinery, equipment and supplies except furniture and software packages
39131000 Office shelving Office furniture
30192000 Office supplies Various office equipment and supplies
79500000 Office-support services Business services: law, marketing, consulting, recruitment, printing and security
30122000 Office-type offset printing machinery Photocopying and offset printing equipment
39820000 Organic surface-active agents Cleaning and polishing products
18200000 Outerwear Clothing, footwear, luggage articles and accessories
90511400 Paper collecting services Refuse collection services
39191000 Paper- or paperboard-based wall coverings Wallpaper and other coverings
33770000 Paper sanitary Personal care products
30124000 Parts and accessories of office machines Photocopying and offset printing equipment
30125000 Parts and accessories of photocopying apparatus Photocopying and offset printing equipment
18840000 Parts of footwear Footwear
39157000 Parts of furniture Miscellaneous furniture and equipment
42999400 Parts of non-domestic floor polishers Non-domestic vacuum cleaners and floor polishers
42999300 Parts of non-domestic vacuum cleaners Non-domestic vacuum cleaners and floor polishers
30197642 Photocopier paper and xerographic paper Small office equipment
30121100 Photocopiers Photocopying and thermocopying equipment
30121200 Photocopying equipment Photocopying and thermocopying equipment
79821000 Print finishing services Services related to printing
22110000 Printed books Printed books, brochures and leaflets
22100000 Printed books, brochures and leaflets Printed matter and related products
30199710 Printed envelopes Paper stationery and other items
22000000 Printed matter and related products Printing and Publishing
30199700 Printed stationery except forms Paper stationery and other items
30232100 Printers and plotters Peripheral equipment
79823000 Printing and delivery services Services related to printing
79824000 Printing and distribution services Services related to printing
79800000 Printing and related services Business services: law, marketing, consulting, recruitment, printing and security
79421000 Project-management services other than for construction work Management-related services
79821100 Proofreading services Print finishing services
35113400 Protective and safety clothing Safety equipment
18830000 Protective footwear Footwear
33735100 Protective goggles Goggles
18444000 Protective headgear Hats and headgear
22120000 Publications Printed books, brochures and leaflets
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90510000 Refuse disposal and treatment Refuse and waste related services
90514000 Refuse recycling services Refuse disposal and treatment
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
30121300 Reproduction equipment Photocopying and thermocopying equipment
35113000 Safety equipment Firefighting, rescue and safety equipment
39110000 Seats, chairs and related products, and associated parts Furniture
79820000 Services related to printing Printing and related services
44423400 Signs and related items Miscellaneous articles
30197000 Small office equipment Various office equipment and supplies
72262000 Software development services Software-related services
48000000 Software package and information systems Computer and Related Services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
72268000 Software supply services Software-related services
39135000 Sorting tables Office furniture
18400000 Special clothing and accessories Clothing, footwear, luggage articles and accessories
18130000 Special workwear Occupational clothing, special workwear and accessories
39230000 Special-purpose product Furnishing
39298000 Statuettes, ornaments; photograph or picture frames, and mirrors Miscellaneous furnishing
30234000 Storage media Computer-related equipment
72250000 System and support services Software programming and consultancy services
39120000 Tables, cupboards, desk and bookcases Furniture
64210000 Telephone and data transmission services Telecommunications services
39192000 Textile wall coverings Wallpaper and other coverings
33760000 Toilet paper, handkerchiefs, hand towels and serviettes Personal care products
30125100 Toner cartridges Parts and accessories of photocopying apparatus
39561000 Tulle, lace, narrow-woven fabrics, trimmings and embroidery Miscellaneous textile articles
39295000 Umbrellas and sunshades; walking sticks and seat sticks Miscellaneous furnishing
30190000 Various office equipment and supplies Office machinery, equipment and supplies except computers, printers and furniture
39190000 Wallpaper and other coverings Furniture
39831000 Washing preparations Cleaning products
34928480 Waste and rubbish containers and bins Road furniture
18141000 Work gloves Workwear accessories
18140000 Workwear accessories Occupational clothing, special workwear and accessories

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:
hcelinska-drozd@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.