Tender

PfH Funded Retrofit Works & Delivery

  • Procurement for Housing

F02: Contract notice

Notice identifier: 2025/S 000-001157

Procurement identifier (OCID): ocds-h6vhtk-04cfd2

Published 14 January 2025, 11:54am



The closing date and time has been changed to:

28 February 2025, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Procurement for Housing

2 Olympic Way, Woolston Grange Avenue

Birchwood, Warrington

WA2 0YL

Contact

Beverley Hynds

Email

bhynds@pfh.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.procurementforhousing.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PfH Funded Retrofit Works & Delivery

Reference number

2025/01/BEH

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.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.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09323000 - District heating
  • 09332000 - Solar installation
  • 09330000 - Solar energy
  • 42511110 - Heat pumps
  • 32424000 - Network infrastructure
  • 39141000 - Kitchen furniture and equipment
  • 45211310 - Bathrooms construction work
  • 45262700 - Building alteration work
  • 45310000 - Electrical installation work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45320000 - Insulation work
  • 45261410 - Roof insulation work
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45421100 - Installation of doors and windows and related components
  • 45421143 - Installation work of blinds
  • 50720000 - Repair and maintenance services of central heating
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315000 - Building services
  • 71315200 - Building consultancy services
  • 71315300 - Building surveying services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71321200 - Heating-system design services
  • 71324000 - Quantity surveying services
  • 71540000 - Construction management services
  • 71630000 - Technical inspection and testing services
  • 44620000 - Central-heating radiators and boilers and parts
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 51110000 - Installation services of electrical equipment
  • 45215200 - Construction work for social services buildings
  • 71500000 - Construction-related services
  • 45214220 - Secondary school construction work
  • 45215213 - Nursing home construction work
  • 50000000 - Repair and maintenance services
  • 45215214 - Residential homes construction work
  • 45215215 - Children's home construction work
  • 45215212 - Retirement home construction work
  • 45214400 - Construction work for university buildings
  • 45214210 - Primary school construction work
  • 45212410 - Construction work for lodging buildings
  • 45215100 - Construction work for buildings relating to health
  • 45214000 - Construction work for buildings relating to education and research
  • 45215222 - Civic centre construction work
  • 45214200 - Construction work for school buildings

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This framework is for the provision of funded decarbonisation and retrofit works, including but not limited to energy efficient heating upgrades,

insulation (fabric) works, windows and doors installation, electrical works, full property, refurbishment, plumbing, external cladding, central-heating installation, district heating, energy-efficiency consultancy services, energy performance certificates (EPCs) and additional consultancy services on residential and commercial dwellings. PfH anticipates awarding places to 15 bidders but reserves the right to award places to a greater or fewer number of suppliers depending on the bids received.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As set out in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 15

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Originally published as:

Date

14 February 2025

Local time

12:00pm

Changed to:

Date

28 February 2025

Local time

5:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

14 February 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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=233561.

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:233561)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit