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