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

Public Sector Non-Residential Construction Works & Services Framework

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • 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-04ca24
Published by:
Procurement for Housing
Authority ID:
AA20144
Publication date:
12 March 2025
Deadline date:
31 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The proposed Public Sector Non-Residential Construction Works & Services framework is being established to provide a multi-discipline, Constructing the Gold Standard aligned, non-residential consultancy and construction solution to a wide range of public sector buying organisations including but not limited to, central and local government departments, education institutions, the NHS, and Blue Light service providers.

Further details are contained within the procurement documents

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

Telephone: +44 1925282360

E-mail: dgibson@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

Public Sector Non-Residential Construction Works & Services Framework

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The proposed Public Sector Non-Residential Construction Works & Services framework is being established to provide a multi-discipline, Constructing the Gold Standard aligned, non-residential consultancy and construction solution to a wide range of public sector buying organisations including but not limited to, central and local government departments, education institutions, the NHS, and Blue Light service providers.

Further details are contained within the procurement documents

II.1.5) Estimated total value

Value excluding VAT: 1 000 000 000.00  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

Multi-discipline Construction Consultancy Services

II.2.2) Additional CPV code(s)

71530000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Inprova is seeking to appoint a minimum of 1, and up to a maximum of 5 providers in Lot 1. Providers appointed to Lot 1 will be non-residential construction experts with demonstrable experience of delivering a wide range of multi-discipline, multi-sector consultancy services throughout England as a minimum, and ideally additionally throughout Wales and Northern Ireland. Providers will have the capability of delivering either directly or via approved partners a full range of construction related services including, but not limited to Lead / Management Consultancy, Civil & Structural Engineering, Project & Programme Management, Asset / Estate Management, Sustainability & Environmental Consultancy, Architectural Design Services, Building Services / M&E Engineering, Town & Master Planning, H&S / Principal Designer Services, and Decarbonisation & Retrofit Consultancy. There are no limits to the type and nature of construction related consultancy services that may be procured via this lot, and therefore any a ppointed provider must have a track record in delivering multiple project types to multiple public sector organisations. Buying organisations will have the option to either directly award or run further competitions should they wish.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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:

This contract will be awarded under PCR 2015 for a period of 4 years, and is likely to be re-procured, with the second iteration procured under PA 2023.

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

Major Construction Works – Projects Valued at 10m and Over GBP

II.2.2) Additional CPV code(s)

45000000

45200000

45210000

45211350

45211360

45212000

45212170

45212172

45212200

45212312

45212313

45212314

45212321

45212330

45212340

45212600

45213000

45213111

45213150

45213200

45213220

45213250

45213270

45213310

45213321

45213340

45213350

45214000

45214100

45214200

45214210

45214220

45214230

45214300

45214310

45214320

45214400

45214410

45214420

45214500

45214600

45214620

45214700

45215000

45215100

45215120

45215130

45215140

45215200

45216000

45215222

45216110

45216120

45216200

45220000

45221000

45221200

45222000

45222110

45223000

45223300

45223700

45223810

45230000

45231000

45232400

45232450

45233000

45233100

45233130

45234100

45251110

71540000

71541000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Inprova is seeking to appoint a minimum of 1, and up to a maximum of 5 providers in Lot 2. Providers appointed to Lot 2 will be non-residential construction experts with demonstrable experience of delivering a wide range of multi-discipline, multi-sector construction works throughout England as a minimum, and ideally additionally throughout Wales and Northern Ireland. This lot will focus on delivering projects that have a construction values typically in excess of 10m GBP excluding VAT, and will appoint partners that can deliver major projects as a main contractor in multiple sectors and settings. There are no limits to the type and nature of major works that may be procured via this lot, and therefore any appointed provider must have a track record in delivering multiple project types to multiple public sector organisations. Buying organisations will have the option to either directly award or run further competitions should they wish. Whilst it is anticipated that the majority of works procured via this lot will be over 10m GBP in value, the framework will provide for flexibility so that where appropriate, works under this value may be called off where the provider and client agree.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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:

This contract will be awarded under PCR 2015 for a period of 4 years, and is likely to be re-procured, with the second iteration procured under PA 2023.

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

Minor Construction Works – Projects Valued up to 12m GBP

II.2.2) Additional CPV code(s)

45000000

45210000

45211350

45211360

45212000

45212170

45212172

45212220

45212312

45212313

45212314

45212321

45212330

45212340

45212600

45213000

45213111

45213150

45213200

45213220

45213250

45213270

45213310

45213321

45213340

45213350

45214000

45214100

45214200

45214210

45214220

45214230

45214300

45214310

45214320

45214400

45214410

45214420

45214500

45214600

45214620

45214700

45215000

45215100

45215120

45215140

45215200

45216000

45215222

45216110

45216120

45216200

45221000

45221200

45222000

45222110

45223000

45223300

45223700

45223810

45230000

45231000

45232400

45232450

45233000

45233130

45234100

45251110

71540000

71541000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Inprova is seeking to appoint a minimum of 1, and up to a maximum of 10 providers in Lot 3 via a range of regionalised sub-lots. Providers appointed to Lot 3 will be non-residential construction experts with demonstrable experience of delivering a wide range of multi-discipline, multi-sector construction works in the regional sub-lot(s) they have expressed an interest in. This lot will focus on delivering projects that have a total construction value up to 12m GBP excluding VAT, and will appoint partners that can deliver minor projects as a main contractor in multiple sectors and settings. There are no limits to the type and nature of minor works that may be procured via this lot, and therefore any appointed provider must have a track record in delivering multiple project types to multiple public sector organisations. This lot is being sub-lotted by region, with the intention that a single provider will be appointed to each regional sub-lot. The only call-off mechanism for each sub-lot will be direct award. Inprova will only appoint providers to sub-lots where an acceptable bid has been presented, with Inprova reserving the right not to appoint in one or more sub-lots where the minimum quality standards are not met.

Regional sublots will be presented as follows;

-Lot 3a – North West England

-Lot 3b – North East England

-Lot 3c – Yorkshire and the Humber

-Lot 3d – West Midlands

-Lot 3e – East Midlands

-Lot 3f – South West England

-Lot 3g – London & South East England

-Lot 3h – East of England

-Lot 3i – Wales

-Lot 3j – Northern Ireland

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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:

This contract will be awarded under PCR 2015 for a period of 4 years, and is likely to be re-procured, with the second iteration procured under PA 2023.

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

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: 20

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 000-041196

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

Date: 31/03/2025

Local time: 16:00

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

IV.2.7) Conditions for opening of tenders

Date: 31/03/2025

Local time: 16:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2029

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. This includes contracting

authorities including but not limited to; central government departments; schools, colleges, universities and other education establishments;

hospital trusts, ambulance services and other NHS organisations and services; fire and rescue, police and other emergency services;

passenger transport services; charities and other third sector organisations.

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=233861.

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:233861)

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

20/02/2025

Coding

Commodity categories

ID Title Parent category
45212321 Auditorium construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45210000 Building construction work Works for complete or part construction and civil engineering work
45215222 Civic centre construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215130 Clinic construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
45000000 Construction work Construction and Real Estate
45221000 Construction work for bridges and tunnels, shafts and subways Engineering works and construction works
45214500 Construction work for buildings of further education Construction work for buildings relating to education and research
45214000 Construction work for buildings relating to education and research Building construction work
45216120 Construction work for buildings relating to emergency services Construction work for buildings relating to law and order or emergency services and for military buildings
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
45216110 Construction work for buildings relating to law and order Construction work for buildings relating to law and order or emergency services and for military buildings
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45213310 Construction work for buildings relating to road transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213350 Construction work for buildings relating to various means of transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213340 Construction work for buildings relating to water transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45214300 Construction work for college buildings Construction work for buildings relating to education and research
45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport Building construction work
45222000 Construction work for engineering works except bridges, tunnels, shafts and subways Engineering works and construction works
45214700 Construction work for halls of residence Construction work for buildings relating to education and research
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45213250 Construction work for industrial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45214100 Construction work for kindergarten buildings Construction work for buildings relating to education and research
45216200 Construction work for military buildings and installations Construction work for buildings relating to law and order or emergency services and for military buildings
45231000 Construction work for pipelines, communication and power lines Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45214600 Construction work for research buildings Construction work for buildings relating to education and research
45214200 Construction work for school buildings Construction work for buildings relating to education and research
45215200 Construction work for social services buildings Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45212200 Construction work for sports facilities Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45221200 Construction work for tunnels, shafts and subways Construction work for bridges and tunnels, shafts and subways
45214400 Construction work for university buildings Construction work for buildings relating to education and research
45213220 Construction work for warehouses Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213200 Construction work for warehouses and industrial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213270 Construction works for recycling station Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45232450 Drainage construction works Ancillary works for pipelines and cables
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45212170 Entertainment building construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212312 Exhibition centre construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212314 Historical monument or memorial construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45215140 Hospital facilities construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45212340 Lecture hall construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214420 Lecture theatre construction work Construction work for buildings relating to education and research
45212330 Library construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
45212220 Multi-purpose sports facilities construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212313 Museum construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45251110 Nuclear-power station construction work Construction works for power plants and heating plants
45213150 Office block construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45223300 Parking lot construction work Structures construction work
45212600 Pavilion construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214410 Polytechnic construction work Construction work for buildings relating to education and research
45223810 Prefabricated constructions Structures construction work
45214210 Primary school construction work Construction work for buildings relating to education and research
45234100 Railway construction works Construction work for railways and cable transport systems
45213321 Railway station construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45212172 Recreation centre construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214620 Research and testing facilities construction work Construction work for buildings relating to education and research
45214220 Secondary school construction work Construction work for buildings relating to education and research
45223700 Service area construction work Structures construction work
45232400 Sewer construction work Ancillary works for pipelines and cables
45213111 Shopping centre construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45215120 Special medical building construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45214230 Special school construction work Construction work for buildings relating to education and research
45223000 Structures construction work Engineering works and construction works
45214320 Technical college construction work Construction work for buildings relating to education and research
45211360 Urban development construction work Construction work for multi-dwelling buildings and individual houses
45214310 Vocational college construction work Construction work for buildings relating to education and research
45222110 Waste disposal site construction work Construction work for engineering works except bridges, tunnels, shafts and subways
45200000 Works for complete or part construction and civil engineering work Construction work

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:
dgibson@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.