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