Section one: Contracting authority
one.1) Name and addresses
Procurement for Housing
2 Olympic Way, Woolston Grange Avenue
Birchwood, Warrington
WA2 0YL
Telephone
+44 1925282360
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Public Sector Non-Residential Construction Works & Services Framework
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.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
two.1.5) Estimated total value
Value excluding VAT: £1,000,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Minor Construction Works – Projects Valued up to 12m GBP
Lot No
3
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45210000 - Building construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212170 - Entertainment building construction work
- 45212172 - Recreation centre construction work
- 45212220 - Multi-purpose sports facilities construction work
- 45212312 - Exhibition centre construction work
- 45212313 - Museum construction work
- 45212314 - Historical monument or memorial construction work
- 45212321 - Auditorium construction work
- 45212330 - Library construction work
- 45212340 - Lecture hall construction work
- 45212600 - Pavilion construction work
- 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
- 45213111 - Shopping centre construction work
- 45213150 - Office block construction work
- 45213200 - Construction work for warehouses and industrial buildings
- 45213220 - Construction work for warehouses
- 45213250 - Construction work for industrial buildings
- 45213270 - Construction works for recycling station
- 45213310 - Construction work for buildings relating to road transport
- 45213321 - Railway station construction work
- 45213340 - Construction work for buildings relating to water transport
- 45213350 - Construction work for buildings relating to various means of transport
- 45214000 - Construction work for buildings relating to education and research
- 45214100 - Construction work for kindergarten buildings
- 45214200 - Construction work for school buildings
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45214300 - Construction work for college buildings
- 45214310 - Vocational college construction work
- 45214320 - Technical college construction work
- 45214400 - Construction work for university buildings
- 45214410 - Polytechnic construction work
- 45214420 - Lecture theatre construction work
- 45214500 - Construction work for buildings of further education
- 45214600 - Construction work for research buildings
- 45214620 - Research and testing facilities construction work
- 45214700 - Construction work for halls of residence
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215100 - Construction work for buildings relating to health
- 45215120 - Special medical building construction work
- 45215140 - Hospital facilities construction work
- 45215200 - Construction work for social services buildings
- 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
- 45215222 - Civic centre construction work
- 45216110 - Construction work for buildings relating to law and order
- 45216120 - Construction work for buildings relating to emergency services
- 45216200 - Construction work for military buildings and installations
- 45221000 - Construction work for bridges and tunnels, shafts and subways
- 45221200 - Construction work for tunnels, shafts and subways
- 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
- 45222110 - Waste disposal site construction work
- 45223000 - Structures construction work
- 45223300 - Parking lot construction work
- 45223700 - Service area construction work
- 45223810 - Prefabricated constructions
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 45231000 - Construction work for pipelines, communication and power lines
- 45232400 - Sewer construction work
- 45232450 - Drainage construction works
- 45233000 - Construction, foundation and surface works for highways, roads
- 45233130 - Construction work for highways
- 45234100 - Railway construction works
- 45251110 - Nuclear-power station construction work
- 71540000 - Construction management services
- 71541000 - Construction project management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
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
two.2) Description
two.2.1) Title
Multi-discipline Construction Consultancy Services
Lot No
1
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
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
two.2) Description
two.2.1) Title
Major Construction Works – Projects Valued at 10m and Over GBP
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212170 - Entertainment building construction work
- 45212172 - Recreation centre construction work
- 45212200 - Construction work for sports facilities
- 45212312 - Exhibition centre construction work
- 45212313 - Museum construction work
- 45212314 - Historical monument or memorial construction work
- 45212321 - Auditorium construction work
- 45212330 - Library construction work
- 45212340 - Lecture hall construction work
- 45212600 - Pavilion construction work
- 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
- 45213111 - Shopping centre construction work
- 45213150 - Office block construction work
- 45213200 - Construction work for warehouses and industrial buildings
- 45213220 - Construction work for warehouses
- 45213250 - Construction work for industrial buildings
- 45213270 - Construction works for recycling station
- 45213310 - Construction work for buildings relating to road transport
- 45213321 - Railway station construction work
- 45213340 - Construction work for buildings relating to water transport
- 45213350 - Construction work for buildings relating to various means of transport
- 45214000 - Construction work for buildings relating to education and research
- 45214100 - Construction work for kindergarten buildings
- 45214200 - Construction work for school buildings
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45214300 - Construction work for college buildings
- 45214310 - Vocational college construction work
- 45214320 - Technical college construction work
- 45214400 - Construction work for university buildings
- 45214410 - Polytechnic construction work
- 45214420 - Lecture theatre construction work
- 45214500 - Construction work for buildings of further education
- 45214600 - Construction work for research buildings
- 45214620 - Research and testing facilities construction work
- 45214700 - Construction work for halls of residence
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215100 - Construction work for buildings relating to health
- 45215120 - Special medical building construction work
- 45215130 - Clinic construction work
- 45215140 - Hospital facilities construction work
- 45215200 - Construction work for social services buildings
- 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
- 45215222 - Civic centre construction work
- 45216110 - Construction work for buildings relating to law and order
- 45216120 - Construction work for buildings relating to emergency services
- 45216200 - Construction work for military buildings and installations
- 45220000 - Engineering works and construction works
- 45221000 - Construction work for bridges and tunnels, shafts and subways
- 45221200 - Construction work for tunnels, shafts and subways
- 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
- 45222110 - Waste disposal site construction work
- 45223000 - Structures construction work
- 45223300 - Parking lot construction work
- 45223700 - Service area construction work
- 45223810 - Prefabricated constructions
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 45231000 - Construction work for pipelines, communication and power lines
- 45232400 - Sewer construction work
- 45232450 - Drainage construction works
- 45233000 - Construction, foundation and surface works for highways, roads
- 45233100 - Construction work for highways, roads
- 45233130 - Construction work for highways
- 45234100 - Railway construction works
- 45251110 - Nuclear-power station construction work
- 71540000 - Construction management services
- 71541000 - Construction project management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
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.1.2) 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
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: 20
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-041196
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
31 March 2025
Local time
4:00pm
Changed to:
Date
28 April 2025
Local time
4:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 March 2025
Local time
4:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029
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=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)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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