Section one: Contracting authority
one.1) Name and addresses
Procurement for Housing
2 Olympic Way, Woolston Grange Avenue
Birchwood, Warrington
WA2 0YL
Contact
Thomas Smith
Telephone
+44 7901107005
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
Provision of Technical Support Services
two.1.2) Main CPV code
- 71356300 - Technical support 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 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.
This tender is for the provision of a variety of professional support services which are required in order to support the Assets function of Clients throughout the UK.
two.1.5) Estimated total value
Value excluding VAT: £120,000,000
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
Asset Management Consultancy
Lot No
1
two.2.2) Additional CPV code(s)
- 71250000 - Architectural, engineering and surveying services
- 79311000 - Survey services
- 71251000 - Architectural and building-surveying services
- 71315300 - Building surveying services
- 71315400 - Building-inspection services
- 75251110 - Fire-prevention services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot includes, but is not limited to:
- Stock Condition Surveys
- House Condition Surveys
- Fire Risk Assessments
- Active Asset Management (stock rationalisation)
- Options Appraisals
- Strategic Asset Management & Business Planning Advice
- Data Validation
- Database Support
- Housing Quality Standards Surveys (Decent Homes, WHQS, SHQS)
- HHSRS Surveys
- Building Surveying
- DDA Audits
- Microgeneration Surveys
- Dilapidation Surveys
- Estate/Environmental Surveys
- Energy Performance Certificates
It is anticipated that we will award places to five suppliers on this lot but we reserve 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: Account Management / Weighting: 7
Quality criterion - Name: PfH Support and Growth / Weighting: 7
Quality criterion - Name: Social and Community Impact / Weighting: 7
Quality criterion - Name: Complaints Process / Weighting: 7
Quality criterion - Name: Staff Experience, Qualifications, Training and Development / Weighting: 9
Quality criterion - Name: Project Management / Weighting: 9
Quality criterion - Name: Value Added and Innovation / Weighting: 7
Quality criterion - Name: Supply Chain Management / Weighting: 7
Price - Weighting: 40
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
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
Surveying & Project Management
Lot No
2
two.2.2) Additional CPV code(s)
- 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
- 71322100 - Quantity surveying services for civil engineering works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot includes, but is not limited to:
- Quantity Surveyor & Cost Control
- Partnering and Best Value Procurement Advisers
- Guidance on Selection of Construction Documentation and
Contract Forms
- Pre-Work Estimate and Budget Advice
- Tender Document and Preparation
- Stock valuation
- Commercial Valuation
- Insurance reinstatement costs
- Building Surveyor
- Employers Agent
- Contract Manager/Administrator
- Programme Manager
- Project Manager
- Clerk of Works & Quality Manager
- Partnering Adviser
- Resident Liaison Officer
It is anticipated that we will award places to five suppliers on this lot but we reserve 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: Account Management / Weighting: 7
Quality criterion - Name: PfH Support and Growth / Weighting: 7
Quality criterion - Name: Social and Community Impact / Weighting: 7
Quality criterion - Name: Complaints Process / Weighting: 7
Quality criterion - Name: Staff Experience, Qualifications, Training and Development / Weighting: 9
Quality criterion - Name: Project Management / Weighting: 9
Quality criterion - Name: Value Added and Innovation / Weighting: 7
Quality criterion - Name: Supply Chain Management / Weighting: 7
Price - Weighting: 40
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
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
Engineering Consultancy
Lot No
3
two.2.2) Additional CPV code(s)
- 45351000 - Mechanical engineering installation works
- 45315100 - Electrical engineering installation works
- 71335000 - Engineering studies
- 71313410 - Risk or hazard assessment for construction
- 71315000 - Building services
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
- 71314100 - Electrical services
- 71318100 - Artificial and natural lighting engineering services for buildings
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot includes, but is not limited to:
Building Services Design
- Detail design, specification & contract preparation
- Feasibility studies
- Condition surveys, pre-acquisition surveys
- Life cycle analysis
- Tender appraisal & negotiation
- Contract administration
- Site supervision
- Commission witnessing
- Facilities Maintenance & Asset Management
Mechanical Engineering
- Boiler & Power plants
- Heating
- Ventilation
- Air Conditioning
- Domestic Water Services
- Building Management & control
- Commissioning & witnessing
Electrical Engineering
- Power Generation & Distribution
- High voltage systems
- Medium & low voltage systems
- Small power installations
- Standby generation
- UPS installations
- Lightning protection
- Security & access control
- Public address & staff location
- Voice & data
- Radio & television
- CCTV Systems
- Commissioning & witnessing
- PAT Testing
Lighting
- Interior lighting design
- Exterior lighting design
- Lighting equipment design input
- Environmental planning services including lighting impact
studies, planning application analysis & light pollution
control
- Lighting control systems
Lifts
- Maintenance management
- Surveys & reports on existing installations
- Traffic studies
- Management Strategies
- Plant performance
- Design and specification
- Tender analysis and negotiations
- Site installation inspections
- Commissioning & Witnessing
- Health & Safety Assessments
Renewables
- Solar Thermal
- Solar Electric (Photovoltaics)
- Wind
- Ground Source Heat pumps
- Biomass
- CHP & Micro CHP
It is anticipated that we will award places to five suppliers on this lot but we reserve 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: Account Management / Weighting: 7
Quality criterion - Name: PfH Support and Growth / Weighting: 7
Quality criterion - Name: Social and Community Impact / Weighting: 7
Quality criterion - Name: Complaints Process / Weighting: 7
Quality criterion - Name: Staff Experience, Qualifications, Training and Development / Weighting: 9
Quality criterion - Name: Project Management / Weighting: 9
Quality criterion - Name: Value Added and Innovation / Weighting: 7
Quality criterion - Name: Supply Chain Management / Weighting: 7
Price - Weighting: 40
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
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
Construction Design Management
Lot No
4
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
- 71243000 - Draft plans (systems and integration)
- 71320000 - Engineering design services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot includes, but is not limited to:
Principal Designer:
- Plan, manage, monitor the pre-construction phase
- Co-ordinate matters relating to H&S during pre-construction
& construction
- Assist the Client to provide pre-construction
information.
- Liaise with the Principal Contractor.
- Prepare the Health and Safety File and review and or update
as appropriate
CDM Consultant
- Ensure the cooperation and coordination of Health and Safety
related requirements.
- Manage the delivery team relating to Health and Safety
including technical advice and site inspections
- Liaise with the Principal Designer, other Designers
and the Principal Contractor
- Provide design, specification and construction audits
- Provide pre and post construction phase advice to
contractors
- Provide training in CDM matters to contractors
It is anticipated that we will award places to five suppliers on this lot but we reserve 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: Account Management / Weighting: 7
Quality criterion - Name: PfH Support and Growth / Weighting: 7
Quality criterion - Name: Social and Community Impact / Weighting: 7
Quality criterion - Name: Complaints Process / Weighting: 7
Quality criterion - Name: Staff Experience, Qualifications, Training and Development / Weighting: 9
Quality criterion - Name: Project Managementq / Weighting: 9
Quality criterion - Name: Value Added and Innovation / Weighting: 7
Quality criterion - Name: Supply Chain Management / Weighting: 7
Price - Weighting: 40
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
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
Net Zero Consultancy
Lot No
6
two.2.2) Additional CPV code(s)
- 71314200 - Energy-management services
- 71314000 - Energy and related services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot includes, but is not limited to:
- Stock Assessment on behalf of the participating authority
- Development of road maps toward net zero carbon consultancy
- Development of corporate sustainability/ESG strategies
- Grant/funding management
- Client awareness and staff development workshops
- Advice on refurbishment options and building fabric
solutions
- Post installation monitoring
- Strategic options appraisals
- Assistance with advancement toward ISO 50001 Energy
Management Systems certification
- Retrofit Coordinator (PAS 2035) roles
- Retrofit Assessor
- Retrofit Designers
- Design and project management of energy efficient systems
- Advice on current energy legislation and compliance with law
- Advice on the operation and maintenance of installed
measures
- Change management
- Baseline assessments
- Undertaking of energy audits
- Advice on relevant health and safety measures
- Other Net Zero related consultancy services
It is anticipated that we will award places to five suppliers on this lot but we reserve 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: Account Management / Weighting: 7
Quality criterion - Name: PfH Support and Growth / Weighting: 7
Quality criterion - Name: Social and Community Impact / Weighting: 7
Quality criterion - Name: Complaints Process / Weighting: 7
Quality criterion - Name: Staff Experience, Qualifications, Training and Development / Weighting: 9
Quality criterion - Name: Project Management / Weighting: 9
Quality criterion - Name: Value Added and Innovation / Weighting: 7
Quality criterion - Name: Supply Chain Management / Weighting: 7
Price - Weighting: 40
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
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
General Technical Consultancy
Lot No
5
two.2.2) Additional CPV code(s)
- 71310000 - Consultative engineering and construction services
- 71318000 - Advisory and consultative engineering services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71000000 - Architectural, construction, engineering and inspection services
- 71320000 - Engineering design services
- 80500000 - Training services
- 90711100 - Risk or hazard assessment other than for construction
- 71313410 - Risk or hazard assessment for construction
- 71356000 - Technical services
- 71621000 - Technical analysis or consultancy services
- 71630000 - Technical inspection and testing services
- 72220000 - Systems and technical consultancy services
- 80531200 - Technical training services
- 80550000 - Safety training services
- 72221000 - Business analysis consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot includes, but is not limited to:
- Repairs Service Health check
- Risk Registers
- Process Mapping
- Insourcing
- Outsourcing
- Gas Auditing
- Electrical Auditing
- Commercial Growth
- Organisational Change/Business Diversification
- Partnerships/Mergers
- Business Planning/stress testing
- Strategic Housing Policy
- ICT support/advice
- Employers Agent Services
- Party Wall Act Formalities and Advice
- Client Representation/Critical Friend
- Training Programs
- Workshop Facilitation
- Risk Management
- Key Performance Indicator Measurement, Reporting &
Benchmarking
- Architectural & Design Services
It is anticipated that we will award places to seven suppliers on this lot but we reserve 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: Account Management / Weighting: 7
Quality criterion - Name: PfH Support and Growth / Weighting: 7
Quality criterion - Name: Social and Community Impact / Weighting: 7
Quality criterion - Name: Complaints Process / Weighting: 7
Quality criterion - Name: Staff Experience, Qualifications, Training and Development / Weighting: 9
Quality criterion - Name: Project Management / Weighting: 9
Quality criterion - Name: Value Added and Innovation / Weighting: 7
Quality criterion - Name: Supply Chain Management / Weighting: 7
Price - Weighting: 40
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
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
As stated in 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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the contract 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: 32
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.2.2) Time limit for receipt of tenders or requests to participate
Date
18 July 2022
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 July 2022
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; 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=226579.
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:226579)
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