Opportunity

PfH Fire Safety Consultancy Services

  • Procurement for Housing

F02: Contract notice

Notice reference: 2024/S 000-008002

Published 13 March 2024, 11:57am



Section one: Contracting authority

one.1) Name and addresses

Procurement for Housing

Unit 2

Warrington

WA2 0YL

Contact

Bradley Francis Hughes

Email

bhughes@pfh.co.uk

Telephone

+44 7548833045

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 Fire Safety Consultancy Services

Reference number

BH/March2024/FSC

two.1.2) Main CPV code

  • 75251110 - Fire-prevention services

two.1.3) Type of contract

Services

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.

PfH are seeking suitably qualified and experienced fire safety consultants to form a fire safety consultancy framework to be used by our members across England, Wales, Northern Ireland and Scotland

two.1.5) Estimated total value

Value excluding VAT: £45,000,000

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

Fire Risk Assessments

Lot No

1

two.2.2) Additional CPV code(s)

  • 75251110 - Fire-prevention services
  • 71317000 - Hazard protection and control consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71315400 - Building-inspection services
  • 71317210 - Health and safety consultancy services
  • 71315300 - Building surveying services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services
  • 71317200 - Health and safety services
  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot provides Type 1, 2, 3 and 4 Fire Risk Assessments (FRAS) covering six (6) geographical regions including North of England, Midlands, Wales, South of England, Northern Ireland, and Scotland. Candidates may apply for one or all regions but will be expected to be able to provide services to at least 80 % of the region they are applying for. Supplier will be required to be able to supply at least Type 1 and Type 3 Risk Assessments, but PfH is also intends the framework to cover Type 2 and Type 4 Fire Risk Assessments also. PfH intends to award places on the framework to five (5) suppliers per region 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: £15,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework is being awarded for an initial period of three years and may be extended for a further 12-months at the discretion of PfH.

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

Fire Safety Consultancy Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 75251110 - Fire-prevention services
  • 71315200 - Building consultancy services
  • 71317210 - Health and safety consultancy services
  • 90711100 - Risk or hazard assessment other than for construction
  • 80510000 - Specialist training services
  • 79419000 - Evaluation consultancy services
  • 71317000 - Hazard protection and control consultancy services
  • 71315300 - Building surveying services
  • 79418000 - Procurement consultancy services
  • 71319000 - Expert witness services
  • 80500000 - Training services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317200 - Health and safety services
  • 71313410 - Risk or hazard assessment for construction
  • 80531200 - Technical training services
  • 71315210 - Building services consultancy services
  • 80550000 - Safety training services
  • 80522000 - Training seminars
  • 44221220 - Fire doors

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of fire safety consultancy services including, but not limited to: compliance reviews, review of policy and strategy, fire safety training, advice following fire risk assessments, advice on legislative requirements, project management services, support for fire risk management systems, fire door inspections and other services as set out in the tender documentation. The framework will be awarded on a national (England, Wales and Northern Ireland) and Scotland only basis. PfH intends to award places on the framework to five (5) suppliers nationally and five (5) suppliers for Scotland 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: £10,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework is being awarded for an initial period of three years and may be extended for a further 12-months at the discretion of PfH.

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

Fire Engineering Consultancy Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 75251110 - Fire-prevention services
  • 71317200 - Health and safety services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71241000 - Feasibility study, advisory service, analysis
  • 79419000 - Evaluation consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71315300 - Building surveying services
  • 79418000 - Procurement consultancy services
  • 71317000 - Hazard protection and control consultancy services
  • 71314100 - Electrical services
  • 72224000 - Project management consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71315400 - Building-inspection services
  • 71320000 - Engineering design services
  • 71313410 - Risk or hazard assessment for construction
  • 71317210 - Health and safety consultancy services
  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services
  • 71242000 - Project and design preparation, estimation of costs

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of fire safety engineering consultancy services including, but not limited to: mechanical and electrical engineering services in respect of fire safety, design of sprinkler systems and fire suppression systems, fire safety and protection systems, project management, procurement services and other fire safety engineering services in new or existing buildings. The framework will be awarded on a national (England, Wales and Northern Ireland) and Scotland only basis. PfH intends to award places on the framework to five (5) suppliers nationally and five (5) suppliers for Scotland 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: £20,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework is being awarded for an initial period of three years and may be extended for a further 12-months at the discretion of PfH.

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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Accreditation and regulatory requirements are set out in the tender 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: 45

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: 2023/S 000-007017

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

Date

15 April 2024

Local time

5:00pm

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

15 April 2024

Local time

5:00pm


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.

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=231547.

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:231547)

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