Opportunity

Decarbonisation & Retrofit Framework

  • Procurement for Housing

F02: Contract notice

Notice reference: 2023/S 000-008054

Published 20 March 2023, 3:58pm



Section one: Contracting authority

one.1) Name and addresses

Procurement for Housing

2 Olympic Way, Woolston Grange Avenue

Birchwood, Warrington

WA2 0YL

Email

jlines@pfh.co.uk

Telephone

+44 7971266217

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

Decarbonisation & Retrofit Framework

Reference number

JL / March 2023 / Decarb & Retrofit

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 75% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, 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: £520,000,000

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

Lot 1 Solar PV

Lot No

1

two.2.2) Additional CPV code(s)

  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09330000 - Solar energy
  • 09332000 - Solar installation
  • 09331200 - Solar photovoltaic modules
  • 38126200 - Solar radiation surface observing apparatus
  • 09331100 - Solar collectors for heat production
  • 45261920 - Roof maintenance work
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the Supply and Installation of Solar PV and associated works including but not limited to the installation of Solar PV on residential and commercial dwellings. This lot is divided into 11 regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 5 bidders per regions 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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 2 Air Source Heat Pumps

Lot No

2

two.2.2) Additional CPV code(s)

  • 42511110 - Heat pumps
  • 42500000 - Cooling and ventilation equipment
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 44621200 - Boilers
  • 45232141 - Heating works
  • 50721000 - Commissioning of heating installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the Supply and Installation of Air Source Heat Pumps and associated works including but not limited to the installation of Air Source Heat Pumps on residential and commercial dwellings. This lot is divided into 11 regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 5 bidders per regions 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: £50,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 3 Ground Source Heat Pumps

Lot No

3

two.2.2) Additional CPV code(s)

  • 42511110 - Heat pumps
  • 42500000 - Cooling and ventilation equipment
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 39715200 - Heating equipment
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 44621200 - Boilers
  • 45232141 - Heating works
  • 50721000 - Commissioning of heating installations
  • 44621100 - Radiators
  • 45231112 - Installation of pipe system
  • 35111500 - Fire suppression system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the Supply and Installation of Ground Source Heat Pumps and associated works including but not limited to the installation of Ground Source Heat Pumps on residential and commercial dwellings. This lot covers all UK regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 5 bidders per regions 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: £50,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 4 Insulation

Lot No

4

two.2.2) Additional CPV code(s)

  • 45320000 - Insulation work
  • 45261410 - Roof insulation work
  • 33961000 - Embalming cavity injectors
  • 45321000 - Thermal insulation work
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the Supply and Installation of Insulation Systems and associated products and associated works on residential and commercial dwellings. This lot is divided into 11 regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 5 bidders per regions 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: £50,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 5 Vehicle Charging Points

Lot No

5

two.2.2) Additional CPV code(s)

  • 31158000 - Chargers
  • 30163000 - Charge cards
  • 31681500 - Rechargers
  • 34920000 - Road equipment
  • 34923000 - Road traffic-control equipment
  • 34996300 - Control, safety or signalling equipment for parking facilities
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment
  • 71242000 - Project and design preparation, estimation of costs
  • 71245000 - Approval plans, working drawings and specifications

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the Supply and Installation of Charging Points and associated works and services including but not limited to the installation of Charging Points on residential and commercial dwellings and areas. This lot covers all UK regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 5 bidders per regions 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: £5,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 6 Metering and Billing

Lot No

6

two.2.2) Additional CPV code(s)

  • 09123000 - Natural gas
  • 71314000 - Energy and related services
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 38410000 - Metering instruments
  • 38550000 - Meters
  • 38552000 - Electronic meters
  • 38554000 - Electricity meters
  • 48444100 - Billing system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for Metering and Billing and associated Services, including but not limited to Metering and Billing Managed Services across residential and commercial dwellings. This lot covers all UK regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 5 bidders per regions 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: £5,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 7 Triple Glazing

Lot No

7

two.2.2) Additional CPV code(s)

  • 45421100 - Installation of doors and windows and related components
  • 45400000 - Building completion work
  • 45443000 - Facade work
  • 45420000 - Joinery and carpentry installation work
  • 45300000 - Building installation work
  • 45421132 - Installation of windows
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the Supply and Installation of Triple Glazing Windows and Doors and associated works including but not limited to the installation of Triple Glazing on residential and commercial dwellings. This lot covers all UK regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 5 bidders per regions 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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Retrofit Works

Lot No

8

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71310000 - Consultative engineering and construction services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71315300 - Building surveying services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 45320000 - Insulation work
  • 45262650 - Cladding works
  • 45262700 - Building alteration work
  • 45421100 - Installation of doors and windows and related components
  • 45421143 - Installation work of blinds
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45350000 - Mechanical installations
  • 98391000 - Decommissioning services
  • 50721000 - Commissioning of heating installations
  • 32424000 - Network infrastructure
  • 09323000 - District heating
  • 45331200 - Ventilation and air-conditioning installation work
  • 09332000 - Solar installation
  • 45331100 - Central-heating installation work
  • 45310000 - Electrical installation work
  • 50720000 - Repair and maintenance services of central heating
  • 45330000 - Plumbing and sanitary works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 45331210 - Ventilation installation work
  • 45421151 - Installation of fitted kitchens
  • 39141000 - Kitchen furniture and equipment
  • 45211310 - Bathrooms construction work
  • 44621100 - Radiators

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for Retrofit works including but not limited to energy efficient heating upgrades, insulation works, windows and doors installation, electrical works, full property refurbishment, plumbing, external cladding, central-heating installation, district heating and additional services on residential and commercial dwellings. This lot is divided into 11 regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 5 bidders per regions 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: £100,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 9 Full Service Solution - Retrofit

Lot No

9

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71310000 - Consultative engineering and construction services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71315300 - Building surveying services
  • 71315200 - Building consultancy services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71240000 - Architectural, engineering and planning services
  • 71314200 - Energy-management services
  • 71200000 - Architectural and related services
  • 71540000 - Construction management services
  • 71324000 - Quantity surveying services
  • 71630000 - Technical inspection and testing services
  • 45320000 - Insulation work
  • 45262700 - Building alteration work
  • 45421100 - Installation of doors and windows and related components
  • 45421143 - Installation work of blinds
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 09323000 - District heating
  • 32424000 - Network infrastructure
  • 45331200 - Ventilation and air-conditioning installation work
  • 09332000 - Solar installation
  • 45310000 - Electrical installation work
  • 50720000 - Repair and maintenance services of central heating
  • 45330000 - Plumbing and sanitary works
  • 39141000 - Kitchen furniture and equipment
  • 45211310 - Bathrooms construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Retrofit works and managing services including but not limited to energy efficient heating upgrades, insulation works, windows and doors installation, electrical works, full property refurbishment, plumbing, external cladding, central-heating installation, district heating, energy performance certificates (EPCs) and additional consultancy services on residential and commercial dwellings. This lot is divided into 11 regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 5 bidders per regions 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: £100,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 10 Funding

Lot No

10

two.2.2) Additional CPV code(s)

  • 73210000 - Research consultancy services
  • 73000000 - Research and development services and related consultancy services
  • 71621000 - Technical analysis or consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provision of funding consultancy services, including advice and guidance toward funding eligibility and application in relation to specific decarbonisation funding streams.  This lot covers all UK regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 7 bidders per regions 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: £5,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 11 Asset Management & Surveying

Lot No

11

two.2.2) Additional CPV code(s)

  • 71250000 - Architectural, engineering and surveying services
  • 79311000 - Survey services
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services
  • 79421000 - Project-management services other than for construction work
  • 71244000 - Calculation of costs, monitoring of costs
  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

[14:48] Thomas Smith

This lot is for the provision of Asset Management and Surveying services, including but not limited to stock condition surveys, Housing Quality Standards Surveys, Health and Safety Surveys, Building Surveys, Energy Performance Certificates (EPCs) and additional Asset Management consultancy services. This lot covers all UK regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 7 bidders per regions 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: £5,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 12 PAS Services

Lot No

12

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71314000 - Energy and related services
  • 71315000 - Building services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provision of Retrofit Consultancy services, including but not limited to the PAS 2035 Trustmark Accredited roles of Retrofit Assessor, Retrofit Designer and Retrofit Coordinator. This lot covers all UK regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 7 bidders per regions 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: £5,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 13 Energy Bureau Services

Lot No

13

two.2.2) Additional CPV code(s)

  • 48444100 - Billing system
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09121200 - Mains gas
  • 09123000 - Natural gas

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provision of Energy Bureau services This lot covers all UK regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 7 bidders per regions 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: £5,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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

Lot 14 Eco Funding and Delivery

Lot No

14

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71310000 - Consultative engineering and construction services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71315300 - Building surveying services
  • 71315200 - Building consultancy services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 45320000 - Insulation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 09332000 - Solar installation
  • 71321200 - Heating-system design services
  • 45331100 - Central-heating installation work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provision of ECO funding the the delivery of the work measures identified through ECO funding inducing but not limited to energy efficient heating upgrades, insulation works, windows and doors installation, electrical works, full property refurbishment, plumbing, external cladding, central-heating installation, district heating, energy performance certificates (EPCs) and additional consultancy services on residential and commercial dwellings. This lot is divided into 11 regions. There is no limit to the number of regions a bidder can submit for. PfH anticipates awarding places to 5 bidders per regions 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: £100,000,000

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 Agreement is for a period of 36 months with the optional extension of a further 12 months

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 Stated within 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


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: 100

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 000-000784

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

Date

22 May 2023

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 May 2023

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.

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=228954.

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:228954)

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