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

NHMF Frameworx Consultancy Framework Agreements 2022 - Compliance Consultancy Services Tranche 2

  • First published: 07 September 2022
  • Last modified: 07 September 2022
  • 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-03663a
Published by:
NHMF (NPC) LIMITED
Authority ID:
AA82907
Publication date:
07 September 2022
Deadline date:
06 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of third party independent quality auditing including undertaking desktop and onsite audits of Fire Risk Assessments ("FRA's"), post inspection audits of fire equipment servicing, post inspection audits of fire safety works, and post inspections of completed follow up action audits for domestic and non-domestic Properties, provision of consultancy and training services;

For Further details refer to the ITT and Specification documentation.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHMF (NPC) LIMITED

13915301

23 Commonside East

MITCHAM

CR42QA

UK

Contact person: David Miller

E-mail: etenders@nhmfframeworx.org.uk

NUTS: UKI63

Internet address(es)

Main address: https://etenders.nhmfframeworx.org.uk

I.3) Communication

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

https://etenders.nhmfframeworx.org.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenders.nhmfframeworx.org.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Public Sector Framework Provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NHMF Frameworx Consultancy Framework Agreements 2022 - Compliance Consultancy Services Tranche 2

II.1.2) Main CPV code

71631000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHMF Frameworx on behalf of NHMF (NPC) members wishes to appoint a number of Fire Safety Audit Consultants, Water Hygiene Audit Consultants, Asbestos Audit Consultants and Lift and Disabled Equipment Audit Consultants, to two Frameworks, one for Direct Awards, and one for Mini-Competitions.

Each of the Frameworks is broken down into 3 workstreams which are:

Fire Safety Audit Services

Water Hygiene Audit Services

Asbestos Audit Services

Lift and Disabled Lifting Equipment Audit Services

The Frameworks are national covering England, Wales, Scotland and Northern Ireland with the ability to operate in specific geographical regions.

II.1.5) Estimated total value

Value excluding VAT: 20 000 000.00  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

LOT 1A - Fire Safety Audit and Consultancy Services - Direct Award Framework

II.2.2) Additional CPV code(s)

71315200

71630000

75251110

79212000

79417000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN

II.2.4) Description of the procurement

Provision of third party independent quality auditing including undertaking desktop and onsite audits of Fire Risk Assessments ("FRA's"), post inspection audits of fire equipment servicing, post inspection audits of fire safety works, and post inspections of completed follow up action audits for domestic and non-domestic Properties, provision of consultancy and training services;

For Further details refer to the ITT and Specification documentation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 500 000.00  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

II.2.14) Additional information

All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)

After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC1513

Lot No: 2

II.2.1) Title

LOT 1B - Fire Safety Audit and Consultancy Services - Mini Competition Framework

II.2.2) Additional CPV code(s)

71315200

71630000

75251110

79212000

79417000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN

II.2.4) Description of the procurement

Provision of third party independent quality auditing including undertaking desktop and onsite audits of Fire Risk Assessments ("FRA's"), post inspection audits of fire equipment servicing, post inspection audits of fire safety works, and post inspections of completed follow up action audits for domestic and non-domestic Properties, provision of consultancy and training services;

For Further details refer to the ITT and Specification documentation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 500 000.00  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

II.2.14) Additional information

All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)

After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC1513

Lot No: 3

II.2.1) Title

LOT 2A - Water Hygiene Audit and Consultancy Services - Direct Award Framework

II.2.2) Additional CPV code(s)

31161400

39370000

44611500

65100000

71317000

71700000

71800000

79212000

90711500

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

II.2.4) Description of the procurement

Provision of third party independent auditing undertaking desktop and onsite audits of legionella risk assessments ("LRA's")and schemes of control and compliance with ACOP18, undertaking LRA' and preparing schemes of control if requested by Clients for both domestic and non-domestic Properties, including provision of consultancy and training services.

For further details refer to the ITT and Specification documentation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 500 000.00  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

II.2.14) Additional information

All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)

After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC1513

Lot No: 4

II.2.1) Title

LOT 2B - Water Hygiene Audit and Consultancy Services - Mini Competition Framework

II.2.2) Additional CPV code(s)

31161400

39370000

44611500

65100000

71317000

71700000

71800000

79212000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN

II.2.4) Description of the procurement

Provision of third party independent auditing undertaking desktop and onsite audits of legionella risk assessments ("LRA's")and schemes of control and compliance with ACOP18, undertaking LRA' and preparing schemes of control if requested by Clients for both domestic and non-domestic Properties, including provision of consultancy and training services.

For further details refer to the ITT and Specification documentation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 500 000.00  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

II.2.14) Additional information

All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)

After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC1513

Lot No: 5

II.2.1) Title

LOT 3A - Asbestos Compliance Audit and Consultancy Services - Direct Award Framework

II.2.2) Additional CPV code(s)

71315100

71317210

71600000

71900000

79212000

80531200

90650000

90714400

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN

II.2.4) Description of the procurement

Provision of third party independent undertaking of desktop and onsite compliance inspections of Domestic and Non-Domestic Asbestos Management, R&D and Re-Inspection Surveys in accordance with HSG 264 guidance, including provision of consultancy and training services.

For further details refer to the ITT and Specification documentation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  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

II.2.14) Additional information

All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)

After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC1513

Lot No: 6

II.2.1) Title

LOT 3B - Asbestos Compliance Audit and Consultancy Services - Mini Competition Framework

II.2.2) Additional CPV code(s)

71315100

71317210

71600000

71900000

79212000

80531200

90650000

90714400

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN

II.2.4) Description of the procurement

Provision of third party independent undertaking of desktop and onsite compliance inspections of Domestic and Non-Domestic Asbestos Management, R&D and Re-Inspection Surveys in accordance with HSG 264 guidance, including provision of consultancy and training services.

For further details refer to the ITT and Specification documentation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  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

II.2.14) Additional information

All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)

After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC1513

Lot No: 7

II.2.1) Title

LOT 4A - Lift and Disabled Lifting Equipment Audit and Consultancy Services - Mini Competition Framework

II.2.2) Additional CPV code(s)

33192600

42410000

45313100

51511100

71315000

79212000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN

II.2.4) Description of the procurement

Provision of third party independent undertaking of desktop and onsite compliance inspections of completed servicing, Loler and Safed periodic certification, repairs and installations across a range of passenger and goods lift and disabled lifting equipment installations, including provision of consultancy and training services.

For further details refer to the ITT and Specification documentation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  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

II.2.14) Additional information

All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)

After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC1513

Lot No: 8

II.2.1) Title

LOT 4B - Lift and Disabled Lifting Equipment Audit and Consultancy Services - Mini Competition Framework

II.2.2) Additional CPV code(s)

33192600

42410000

45313100

51511100

71315000

79212000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN

II.2.4) Description of the procurement

Provision of third party independent undertaking of desktop and onsite compliance inspections of completed servicing, Loler and Safed periodic certification, repairs and installations across a range of passenger and goods lift and disabled lifting equipment installations, including provision of consultancy and training services.

For further details refer to the ITT and Specification documentation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  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

II.2.14) Additional information

All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)

After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC1513

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

Date: 06/10/2022

Local time: 15:00

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: 06/10/2022

Local time: 15:30

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

NHMF Frameworx is the trading name of NHMF (NPC) Ltd ("NPC") which has been established by the National Housing Maintenance Forum Ltd to undertake the development of frameworks for its 600 plus social housing provider members (the "Contracting Authority") operating across England, Wales, Scotland and Northern Ireland, who are the subscribers and users of the M3NHF Schedule of Rates for Responsive and Void Property Works, the M3NHF Schedule of Rates for Planned Maintenance and Property Reinvestment and the M3NHF Repairs Ordering Schedule. The members of the NHMF represent more than 80% of the UK's housing stock. NHMF (NPC) Ltd is Contracting Authority under regulation 2 of the Public Contract Regulations 2015 and a central purchasing body under regulation 37 of those Regulations. Other contracting authorities through an Authorising Agreement with NPC may also enter into Call-Off Contracts with framework providers.

The Contracting Authority considers that these contracts may be suitable for economic operators that are small or medium enterprises (SMEs), any selection of tenderers will however be based solely on the criteria set out in the procurement documents. NPC is administering this procurement on behalf of its Members (Contracting Authority)

The Contracting Authority reserves the right not to award any membership to any framework pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award membership of a framework for only part of the Works at it's sole discretion

The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion.

For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any Call-off Contract shall be incurred entirely ay that applicant/tenderer's risk.

No guarantee can be given that any business is generated under any awarded framework agreement or call off contract, nor can any guarantee be given that any framework agreement or call-off contract may be put in place in relation to this procurement.

Economic Operators are to note that Call-off Contracts will take into account the priorities of the Contracting Authority and its members relating to economic. Social and environmental well being.

All documentation can be downloaded from https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)

This portal is for the downloading of the draft procurement documentation, submission of tenders and communicating requests for and responses to clarifications.

All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)

After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC1513

Economic operators may seek clarification where they consider any part of the procurement documentation is unclear.

All queries and any clarifications must be communicated using the secure email messaging function within the Portal, but to be received no later than 16:00 on 29.09.2022, this will provide an audit trail of all clarification requests and responses issued.

It will not be possible to respond to any queries received after that stipulated date and time. It is the Economic Operators responsibility to regularly monitor communications raised and issued through the Portal.

Response to requests for clarification will be communicated by NPC to all Economic Operators through the portal secure email messaging system.

When uploading Tender Documentation , Economic Operators must be aware of any speed limitations of their internet connection, system configuration and general web traffic etc., as these may impact on the time taken to complete the transaction. Uploading of submissions must be completed by the deadline closing date and time.

DO NOT WAIT until too near the closing time on the return date. The closing deadline for uploading completed tender documentation is the 06.10.2022 at 15.00.

Please note that the Portal will not permit tender submissions to be uploaded after the closing deadline.

Tenders and supporting documentation must be visible to NPC and their advisers only after the closing deadline. Should Economic Operators have any queries or experience difficulties with the registration or download/upload system they should contact the eTenders@NHMF-Frameworx help desk by email etenders@nhmfframeworx.org.uk

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contracts is communicated to all Economic Operators.

The standstill period provides time for unsuccessful Economic Operators to challenge the award decision before Framework Agreements are entered into. The Public Contract Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to take action in the High Court of England and Wales.

After the expiry of the 10 day standstill period, the Contracting Authority will unless prevented by order of the High Court, conclude and enter into the Framework Agreements.

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 4AS

UK

VI.5) Date of dispatch of this notice

06/09/2022

Coding

Commodity categories

ID Title Parent category
90714400 Activity specific environmental auditing services Environmental auditing
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
79212000 Auditing services Accounting and auditing services
71315200 Building consultancy services Building services
71315000 Building services Consultative engineering and construction services
71315100 Building-fabric consultancy services Building services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
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
51511100 Installation services of lifting equipment Installation services of lifting and handling equipment, except lifts and escalators
71900000 Laboratory services Architectural, construction, engineering and inspection services
45313100 Lift installation work Lift and escalator installation work
42410000 Lifting and handling equipment Lifting and handling equipment and parts
33192600 Lifting equipment for health care sector Medical furniture
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
31161400 Primary water systems Parts for electrical motors and generators
79417000 Safety consultancy services Business and management consultancy services
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71631000 Technical inspection services Technical inspection and testing services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
80531200 Technical training services Industrial and technical training services
65100000 Water distribution and related services Public utilities
39370000 Water installations Miscellaneous equipment
44611500 Water tanks Tanks

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:
etenders@nhmfframeworx.org.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.