Opportunity

Procurement For Housing - Compliance Solutions Framework

  • Procurement for Housing Ltd (t/a PfH Scotland)

F02: Contract notice

Notice reference: 2023/S 000-014184

Published 18 May 2023, 12:51pm



Section one: Contracting authority

one.1) Name and addresses

Procurement for Housing Ltd (t/a PfH Scotland)

Lomond Court

Stirling

FK9 4TU

Email

itaylor@pfh.co.uk

Telephone

+44 8000315405

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.pfhscotland.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA18142

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.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.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

Procurement For Housing - Compliance Solutions Framework

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

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 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.

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
  • UKM - Scotland

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 per region 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
  • UKM - Scotland
  • 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 per region 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
  • UKM - Scotland

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 per region 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
  • 50000000 - Repair and maintenance services
  • 45261420 - Waterproofing work
  • 45262210 - Foundation work
  • 45410000 - Plastering work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
  • 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 per region 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
  • 79311100 - Survey design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKM - Scotland

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 per region 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)

  • 50700000 - Repair and maintenance services of building installations
  • 50000000 - Repair and maintenance services
  • 45261420 - Waterproofing work
  • 45262210 - Foundation work
  • 45410000 - Plastering work
  • 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
  • UKM - Scotland

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 per region 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
  • 50700000 - Repair and maintenance services of building installations
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

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 per region 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
  • UKM - Scotland
  • 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 per region 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
  • 44221310 - Access gates
  • 45421148 - Installation of gates
  • 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
  • 32552000 - Electrical apparatus for line telephony or line telegraphy

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKM - Scotland

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 per region 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
  • 42416110 - Bath lifts
  • 42416120 - Goods lifts
  • 42418220 - Chairlifts
  • 44115600 - Stairlifts

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

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.

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 5- Legionella Testing and Treatment

Lot No

12

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 45232430 - Water-treatment work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

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

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)

  • 90650000 - Asbestos removal services
  • 45262660 - Asbestos-removal work
  • 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 asbestos.

It is PfH Scotland's intention to award places on the framework under this lot to five suppliers per region 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


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

All Requirements are states in the procurement documents.

Bidders for Lot 1a must have UKAS Accreditation for asbestos

Bidders for Lot 1b HSE Removal License relating to asbestos

Bidders for Lot 1c must have UKAS Accreditation and HSE Removal License relating to asbestos

Bidders for Lot 3a, 3b and 3c must have NICEIC or SELECT accreditation

Bidders for Lot 4 must be a member of LEIA

three.1.2) Economic and financial standing

List and brief description of selection criteria

"Organisations must answer the question by using the following criteria with the associated scoring methodology and notes. PfH requires an Organisation:

● who has an annual yearly turnover in the last financial year of:

1a Asbestos Surveying and Testing GBP 500,000

1b Asbestos Removal GBP 500,000

1c Fully Managed Asbestos Solution GBP 750,000

2a Mould Treatment and Associated Services GBP 500,000

2b Damp Treatment and Associated Services GBP 500,000

2c Damp and Mould Surveying GBP 250,000

2d Fully Managed Damp and Mould Solution GBP 750,000

3a Electrical Testing and Associated Works GBP 500,000

3b Electrical Security and Associated Works GBP 500,000

3c Fully Managed Electrical Compliance Solution GBP 500,000

4 Lift Servicing and Refurbishment GBP 500,000

5 Legionella Testing and Treatment GBP 500,000

● can provide audited accounts, if requested, for the last two years; and

● who has an Experian credit score greater than 50 or can demonstrate to the satisfaction of PfH that its financial position is sufficiently robust to merit being awarded a place on the Framework."

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to be able to supply at least three contract examples for each lot they are bidding for. Such examples must be within

the last three years (five for works contracts) and must provide sufficient detail to enable PfH to be able to identify and assess the relevance

of the contract examples to the services required under the framework agreement. Bidders should use question 4C.1.and 4C.1.2 to respond

to the requirement. Bidders that are unable to provide three relevant and appropriate examples demonstrating sufficient experience (or

provide a justification why they are unable to do so) will be excluded from the procurement process

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As Part of their tender submission bidders will be required to state the social, economic and environmental benefits they will deliver as part

of the framework contracts


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

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 000-004158

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

Date

30 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

Tender must be valid until: 28 June 2024

four.2.7) Conditions for opening of tenders

Date

30 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

1) Bidders may be excluded if they are in any of the situations referred to in Reg.58 of the PCSR 2015.

2) If required by the member state, bidders must be enrolled in the relevant professional or trade registers of their country.

3) Bidders must state the amount of the contract they expect to subcontract.

4) Quality assurance. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in

accordance with BS EN ISO 9001 or can demonstrate that they have robust equivalent quality standards in accordance with Document 2 of

this tender.

5) Health and Safety. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in

accordance with ISO 45001 or has within the last 12 months met the assessment requirements of a construction related scheme in registered

membership of the safety schemes in procurement (SSIP) or; can demonstrate that they have robust equivalent health and safety standards

in accordance with Document 2 of this tender.

6) Environmental. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with

ISO 14001 or can demonstrate it has robust equivalent environmental standards in accordance with Document 2 of this tender.

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 Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=732467.

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.publiccontractsscotland.gov.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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

PfH Scotland members may include community benefit clauses to contracts called off from this framework agreement.

(SC Ref:732467)

six.4) Procedures for review

six.4.1) Review body

Court Of Session

Parliament House Parliament Square

Edinburgh

EH11RQ

Country

United Kingdom