- Scope of the procurement
- Lot 1a - Asbestos - Surveying and Testing
- Lot 1b - Asbestos Removal
- Lot 1c - Fully Managed Asbestos Solution
- Lot 2a - Mould Treatment and Associated Services
- Lot 2b - Damp Treatment and Associated Services
- Lot 2c - Damp and Mould Surveying
- Lot 2d - Fully Managed Damp and Mould Solution
- Lot 3a - Electrical Testing and Associated Works
- Lot 3b - Electrical Security and Associated Works
- Lot 3c - Fully Managed Electrical Compliance Solution
- Lot 4 - Lift Servicing and Refurbishment
- Lot 5- Legionella Testing and Treatment
Section one: Contracting authority
one.1) Name and addresses
Inprova Group
Unit 2 Olympic Way,
Warrington
WA2 0YL
Contact
Iain Taylor
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
Procurement For Housing - Compliance Solutions Framework
two.1.2) Main CPV code
- 50324200 - Preventive maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
A framework for the provision of Access Control, Asbestos, Damp and Mould, Electrical Testing, Lifts and Legionella including: surveys, testing/analytical services, removal, remedial, maintenance, and consultancy services for their member organisations to call-off from.
two.1.5) Estimated total value
Value excluding VAT: £250,000,000
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 1a - Asbestos - Surveying and Testing
Lot No
1
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
- 90650000 - Asbestos removal services
- 38910000 - Hygiene monitoring and testing equipment
- 71313000 - Environmental engineering consultancy services
- 71312000 - Structural engineering consultancy services
- 71311000 - Civil engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Surveying and Testing for Asbestos as well as related consultancy.
It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or
fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 1b - Asbestos Removal
Lot No
2
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Removal of Asbestos and associated works and services.
It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or
fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 1c - Fully Managed Asbestos Solution
Lot No
3
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
- 90650000 - Asbestos removal services
- 71315300 - Building surveying services
- 79311000 - Survey services
- 79311100 - Survey design services
- 45214620 - Research and testing facilities construction work
- 71630000 - Technical inspection and testing services
- 71313450 - Environmental monitoring for construction
- 80540000 - Environmental training services
- 90700000 - Environmental services
- 45262640 - Environmental improvement works
- 90710000 - Environmental management
- 90713000 - Environmental issues consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
All aspects of Asbestos related work including surveying, testing, related consultancy, removal, treatment, disposal and management of.
It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or
fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 2a - Mould Treatment and Associated Services
Lot No
4
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 50000000 - Repair and maintenance services
- 45261420 - Waterproofing work
- 45262210 - Foundation work
- 45410000 - Plastering work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of requirements shall include a service to deliver Mould Treatment works (including surveying) in both residential and void properties. These requirements may be required to be carried out internally or externally on the property or building.
It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or
fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 2b - Damp Treatment and Associated Services
Lot No
5
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 45261420 - Waterproofing work
- 50000000 - Repair and maintenance services
- 45262210 - Foundation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of requirements shall include a service to deliver Damp Treatment works (including surveying, DPC, Chemical injection and remedial works) in both residential and void properties. These requirements may be required to be carried out internally or externally on the property or building.
It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or
fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 2c - Damp and Mould Surveying
Lot No
6
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 71315300 - Building surveying services
- 71324000 - Quantity surveying services
- 71355000 - Surveying services
- 79311000 - Survey services
- 79311100 - Survey design services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of Damp and Mould Surveys as well as related consultancy.
It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or
fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 2d - Fully Managed Damp and Mould Solution
Lot No
7
two.2.2) Additional CPV code(s)
- 45262210 - Foundation work
- 50700000 - Repair and maintenance services of building installations
- 50000000 - Repair and maintenance services
- 45261420 - Waterproofing work
- 45410000 - Plastering work
- 71315300 - Building surveying services
- 71324000 - Quantity surveying services
- 71355000 - Surveying services
- 79311000 - Survey services
- 79311100 - Survey design services
- 45262640 - Environmental improvement works
- 71313400 - Environmental impact assessment for construction
- 71313450 - Environmental monitoring for construction
- 80540000 - Environmental training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of requirements shall include a service to deliver Mould Treatment Works and Damp Treatment works (including surveying, DPC, Chemical injection and remedial works) in both residential and void properties. These requirements may be required to be carried out internally or externally on the property or building and can also include general consultancy
It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or
fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 3a - Electrical Testing and Associated Works
Lot No
8
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 50711000 - Repair and maintenance services of electrical building installations
- 71334000 - Mechanical and electrical engineering services
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Electrical Testing, Servicing and Maintenance which may include but is not limited to domestic, commercial, appliances, heating systems, renewable solutions, PAT
It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or
fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 3b - Electrical Security and Associated Works
Lot No
9
two.2.2) Additional CPV code(s)
- 44221310 - Access gates
- 45421148 - Installation of gates
- 35120000 - Surveillance and security systems and devices
- 35125300 - Security cameras
- 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
- 50610000 - Repair and maintenance services of security equipment
- 90714000 - Environmental auditing
- 90714600 - Environmental security control services
- 32552000 - Electrical apparatus for line telephony or line telegraphy
- 32552600 - Entrance telephones
- 31625000 - Burglar and fire alarms
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Service, Maintenance and Installation of Electrical Security Systems including but not limited to - door entry systems, auto opening doors, barriers & gates, CCTV, alarms and associated works.
It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or
fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 3c - Fully Managed Electrical Compliance Solution
Lot No
10
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 50711000 - Repair and maintenance services of electrical building installations
- 71334000 - Mechanical and electrical engineering services
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Electrical Testing, Servicing and Maintenance which may include but is not limited to domestic, commercial, appliances, heating systems, renewable solutions, PAT. Service, Maintenance and Installation of Electrical Security Systems including but not limited to - door entry systems, auto opening doors, barriers & gates, CCTV, alarms and associated works.
It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or
fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 4 - Lift Servicing and Refurbishment
Lot No
11
two.2.2) Additional CPV code(s)
- 42410000 - Lifting and handling equipment
- 42416100 - Lifts
- 42416110 - Bath lifts
- 42416120 - Goods lifts
- 42418220 - Chairlifts
- 44115600 - Stairlifts
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Installation of lifts limited but not included to high rise, low rise, goods and people, fire.
Servicing and Maintenance of lifts limited but not included to high rise, low rise, goods and people, fire and stairlifts.
Service, Maintenance and Installation of Electrical Security Systems including but not limited to - door entry systems, auto opening doors, barriers & gates, CCTV, alarms and associated works.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Lot 5- Legionella Testing and Treatment
Lot No
12
two.2.2) Additional CPV code(s)
- 45232430 - Water-treatment work
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Testing and treatment for legionella within the following areas- limited but not included to evaporative cooling systems, hot and cold water systems and spa pools humidifiers, air washers, emergency showers, eye wash sprays, indoor ornamental fountains, aqueous tunnel washers, swimming pools etc
Service, Maintenance and Installation of Electrical Security Systems including but not limited to - door entry systems, auto opening doors, barriers & gates, CCTV, alarms and associated works.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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.1.2) 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 000-004144
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 June 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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 June 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 Procurement for Housing at the time of the OJEU notice for this procurement,
— any registered provider of social housing (or Welsh registered social landlord, or Northern Ireland registered
social landlord) that becomes a member of Procurement for Housing during the period of the Framework,
— any public authority (as defined in the Freedom of Information Act 2000 for public authorities) in England,
Wales and Northern Ireland, that becomes a member of Procurement for Housing at any time during the period
of the Framework,
— any local authority (as defined in the Local Government Act 1972 for public authorities in England, Wales and
Northern Ireland) that becomes a member of Procurement for Housing at any time during the period of the Framework,
— any housing Arm’s Length Management Organisation that becomes a member of Procurement for Housing
during the period of the Framework,
— any wholly owned subsidiary of any of the above organisations, and
— any other contracting authority listed on the following page of the Procurement for Housing website,
— http:// procurementforhousing.co.uk/permissible-users/ at the time of the OJEU 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=229348.
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:229348)
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