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 Consultancy Services

  • First published: 14 March 2024
  • Last modified: 14 March 2024

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)

Contents

Summary

OCID:
ocds-h6vhtk-03b1aa
Published by:
Procurement for Housing
Authority ID:
AA20144
Publication date:
14 March 2024
Deadline date:
15 April 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 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 the public sector.

PfH are seeking suitably qualified and experienced fire safety consultants to form a fire safety consultancy framework to be used by our members across England, Wales, Northern Ireland and Scotland

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 7548833045

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 Consultancy Services

Reference number: BH/March2024/FSC

II.1.2) Main CPV code

75251110

 

II.1.3) Type of contract

Services

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 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 the public sector.

PfH are seeking suitably qualified and experienced fire safety consultants to form a fire safety consultancy framework to be used by our members across England, Wales, Northern Ireland and Scotland

II.1.5) Estimated total value

Value excluding VAT: 45 000 000.00  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

Fire Risk Assessments

II.2.2) Additional CPV code(s)

75251110

71317000

71313410

71315400

71317210

71315300

71317100

71315200

71315210

71317200

90711100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot provides Type 1, 2, 3 and 4 Fire Risk Assessments (FRAS) covering six (6) geographical regions including North of England, Midlands, Wales, South of England, Northern Ireland, and Scotland. Candidates may apply for one or all regions but will be expected to be able to provide services to at least 80 % of the region they are applying for. Supplier will be required to be able to supply at least Type 1 and Type 3 Risk Assessments, but PfH is also intends the framework to cover Type 2 and Type 4 Fire Risk Assessments also. PfH intends to award places on the framework to five (5) suppliers per region but reserves the right to award places to a greater or fewer number of suppliers depending on the bids received.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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: Yes

Description of renewals:

The framework is being awarded for an initial period of three years and may be extended for a further 12-months at the discretion of PfH.

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

Fire Safety Consultancy Services

II.2.2) Additional CPV code(s)

75251110

71315200

71317210

90711100

80510000

79419000

71317000

71315300

79418000

71319000

80500000

71317100

71317200

71313410

80531200

71315210

80550000

80522000

44221220

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The provision of fire safety consultancy services including, but not limited to: compliance reviews, review of policy and strategy, fire safety training, advice following fire risk assessments, advice on legislative requirements, project management services, support for fire risk management systems, fire door inspections and other services as set out in the tender documentation. The framework will be awarded on a national (England, Wales and Northern Ireland) and Scotland only basis. PfH intends to award places on the framework to five (5) suppliers nationally and five (5) suppliers for Scotland but reserves the right to award places to a greater or fewer number of suppliers depending on the bids received.

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: Yes

Description of renewals:

The framework is being awarded for an initial period of three years and may be extended for a further 12-months at the discretion of PfH.

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 Engineering Consultancy Services

II.2.2) Additional CPV code(s)

75251110

71317200

71321000

71241000

79419000

71318000

71315300

79418000

71317000

71314100

72224000

71317100

71315400

71320000

71313410

71317210

71315200

71315210

71242000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The provision of fire safety engineering consultancy services including, but not limited to: mechanical and electrical engineering services in respect of fire safety, design of sprinkler systems and fire suppression systems, fire safety and protection systems, project management, procurement services and other fire safety engineering services in new or existing buildings. The framework will be awarded on a national (England, Wales and Northern Ireland) and Scotland only basis. PfH intends to award places on the framework to five (5) suppliers nationally and five (5) suppliers for Scotland but reserves the right to award places to a greater or fewer number of suppliers depending on the bids received.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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: Yes

Description of renewals:

The framework is being awarded for an initial period of three years and may be extended for a further 12-months at the discretion of PfH.

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.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Accreditation and regulatory requirements are set out in the tender 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: 45

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: 15/04/2024

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: 15 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 15/04/2024

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=231547.

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:231547)

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

13/03/2024

Coding

Commodity categories

ID Title Parent category
71318000 Advisory and consultative engineering services Consultative engineering and construction services
71315200 Building consultancy services Building services
71315210 Building services consultancy services Building services
71315300 Building surveying services Building services
71315400 Building-inspection services Building services
71314100 Electrical services Energy and related services
71320000 Engineering design services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
79419000 Evaluation consultancy services Business and management consultancy services
71319000 Expert witness services Consultative engineering and construction services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
44221220 Fire doors Windows, doors and related items
75251110 Fire-prevention services Fire-brigade services
71317000 Hazard protection and control consultancy services Consultative engineering and construction services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71317200 Health and safety services Hazard protection and control consultancy services
79418000 Procurement consultancy services Business and management consultancy services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
90711100 Risk or hazard assessment other than for construction Environmental impact assessment other than for construction
80550000 Safety training services Training services
80510000 Specialist training services Training services
80531200 Technical training services Industrial and technical training services
80522000 Training seminars Training facilities
80500000 Training services Education and training services

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.