- Scope of the procurement
- LOT 1 - Gas Audit Services - Direct Award Framework
- LOT 2 - Gas Audit Services - Mini Competition Framework
- LOT 3 - Electrical Audit Services - Direct Award Framework
- LOT 4 - Electrical Audit Services - Mini Competition Framework
- LOT 5 - Security and Access Compliance Consultancy - Direct Award Framework
- LOT 6 - Security and Access Compliance Consultancy - Mini Competition Framework
Section one: Contracting authority
one.1) Name and addresses
NHMF (NPC) LIMITED
23 Commonside East
MITCHAM
CR42QA
Contact
David Miller
Country
United Kingdom
NUTS code
UKI63 - Merton, Kingston upon Thames and Sutton
Companies House
13915301
Internet address(es)
Main address
https://etenders.nhmfframeworx.org.uk
Buyer's address
https://etenders.nhmfframeworx.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenders.nhmfframeworx.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenders.nhmfframeworx.org.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Public Sector Framework Provider
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHMF Frameworx Consultancy Framework Agreements 2022 - Compliance Consultancy Services Tranche 1
two.1.2) Main CPV code
- 71631000 - Technical inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
NHMF Frameworx on behalf of NHMF (NPC) members wishes to appoint a number of Gas Audit Consultants, Electrical Audit Consultants, and Security and Access Audit Consultants, to two Frameworks, one for Direct Awards, and one for Mini-Competitions.
Each of the Frameworks is broken down into 3 workstreams which are:
Gas Audit Services
Electrical Audit Services
Security and Access Compliance Consultancy
The Frameworks are national covering England, Wales, Scotland and Northern Ireland with the ability to operate in specific geographical regions.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
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 - Gas Audit Services - Direct Award Framework
Lot No
1
two.2.2) Additional CPV code(s)
- 50531200 - Gas appliance maintenance services
- 65200000 - Gas distribution and related services
- 71356000 - Technical services
- 71621000 - Technical analysis or consultancy services
- 72220000 - Systems and technical consultancy services
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
- UKN - Northern Ireland
two.2.4) Description of the procurement
Provision of third party independent quality auditing including undertaking desktop and onsite audits of Landlord's Gas Safety Records ("LGSR's") for domestic and non-domestic Properties, monitoring and reporting on repairs to gas boilers and heating installations, monitoring and reporting on new installations, provision of consultancy and training services;
For Further details refer to the ITT and Specification documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,500,000
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.2.14) Additional information
All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)
After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC 1507.
two.2) Description
two.2.1) Title
LOT 2 - Gas Audit Services - Mini Competition Framework
Lot No
2
two.2.2) Additional CPV code(s)
- 50531200 - Gas appliance maintenance services
- 65200000 - Gas distribution and related services
- 71356000 - Technical services
- 71621000 - Technical analysis or consultancy services
- 72220000 - Systems and technical consultancy services
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
- UKN - Northern Ireland
two.2.4) Description of the procurement
Provision of third party independent quality auditing including undertaking desktop and onsite audits of Landlord's Gas Safety Records ("LGSR's") for domestic and non-domestic Properties, monitoring and reporting on repairs to gas boilers and heating installations, monitoring and reporting on new installations, provision of consultancy and training services;
For Further details refer to the ITT and Specification documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,500,000
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.2.14) Additional information
All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)
After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC 1507.
two.2) Description
two.2.1) Title
LOT 3 - Electrical Audit Services - Direct Award Framework
Lot No
3
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 50711000 - Repair and maintenance services of electrical building installations
- 65320000 - Operation of electrical installations
- 71314100 - Electrical services
- 71356000 - Technical services
- 71621000 - Technical analysis or consultancy services
- 71630000 - Technical inspection and testing services
- 72220000 - Systems and technical consultancy services
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
- UKN - Northern Ireland
two.2.4) Description of the procurement
Provision of third party independent auditing undertaking desktop and onsite audits of Electrical Inspection Condition Reports ("EICR's"), Electrical Installation Certificates (EIC's) and Minor Works Electrical Installation Certificates ("MICEW's") for domestic and non-domestic Properties, monitoring and reporting on repairs to domestic and non-domestic electrical installations, monitoring and reporting on new electrical installations, including provision of consultancy and training services.
For further details refer to the ITT and Specification documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,500,000
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.2.14) Additional information
All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)
After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC 1507.
two.2) Description
two.2.1) Title
LOT 4 - Electrical Audit Services - Mini Competition Framework
Lot No
4
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 50711000 - Repair and maintenance services of electrical building installations
- 65320000 - Operation of electrical installations
- 71314100 - Electrical services
- 71356000 - Technical services
- 71621000 - Technical analysis or consultancy services
- 71630000 - Technical inspection and testing services
- 72220000 - Systems and technical consultancy services
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
- UKN - Northern Ireland
two.2.4) Description of the procurement
Provision of third party independent auditing undertaking desktop and onsite audits of Electrical Inspection Condition Reports ("EICR's"), Electrical Installation Certificates (EIC's) and Minor Works Electrical Installation Certificates ("MICEW's") for domestic and non-domestic Properties, monitoring and reporting on repairs to domestic and non-domestic electrical installations, monitoring and reporting on new electrical installations, including provision of consultancy and training services.
For further details refer to the ITT and Specification documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,500,000
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.2.14) Additional information
All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)
After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC 1507.
two.2) Description
two.2.1) Title
LOT 5 - Security and Access Compliance Consultancy - Direct Award Framework
Lot No
5
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
- 45310000 - Electrical installation work
- 71314100 - Electrical services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
- UKN - Northern Ireland
two.2.4) Description of the procurement
Provision of third party independent undertaking of desktop and onsite compliance inspections of completed servicing, certification, repairs and installations across a range of security and access controlled installations (including but not limited to controlled door entry installations, automatic doors and gates, car park control installations, CCTV installations, warden and other alarm installations including disabled refuge intercom systems), including provision of consultancy and training services.
For further details refer to the ITT and Specification documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
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.2.14) Additional information
All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)
After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC 1507.
two.2) Description
two.2.1) Title
LOT 6 - Security and Access Compliance Consultancy - Mini Competition Framework
Lot No
6
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
- 45310000 - Electrical installation work
- 71314100 - Electrical services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
- UKN - Northern Ireland
two.2.4) Description of the procurement
Provision of third party independent undertaking of desktop and onsite compliance inspections of completed servicing, certification, repairs and installations across a range of security and access controlled installations (including but not limited to controlled door entry installations, automatic doors and gates, car park control installations, CCTV installations, warden and other alarm installations including disabled refuge intercom systems), including provision of consultancy and training services.
For further details refer to the ITT and Specification documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
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.2.14) Additional information
All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)
After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC 1507.
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: 20
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
4 October 2022
Local time
3:00pm
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
4 October 2022
Local time
3:30pm
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
NHMF Frameworx is the trading name of NHMF (NPC) Ltd ("NPC") which has been established by the National Housing Maintenance Forum Ltd to undertake the development of frameworks for its 600 plus social housing provider members (the "Contracting Authority") operating across England, Wales, Scotland and Northern Ireland, who are the subscribers and users of the M3NHF Schedule of Rates for Responsive and Void Property Works, the M3NHF Schedule of Rates for Planned Maintenance and Property Reinvestment and the M3NHF Repairs Ordering Schedule. The members of the NHMF represent more than 80% of the UK's housing stock. NHMF (NPC) Ltd is Contracting Authority under regulation 2 of the Public Contract Regulations 2015 and a central purchasing body under regulation 37 of those Regulations. Other contracting authorities through an Authorising Agreement with NPC may also enter into Call-Off Contracts with framework providers.
The Contracting Authority considers that these contracts may be suitable for economic operators that are small or medium enterprises (SMEs), any selection of tenderers will however be based solely on the criteria set out in the procurement documents. NPC is administering this procurement on behalf of its Members (Contracting Authority)
The Contracting Authority reserves the right not to award any membership to any framework pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award membership of a framework for only part of the Works at it's sole discretion
The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion.
For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any Call-off Contract shall be incurred entirely ay that applicant/tenderer's risk.
No guarantee can be given that any business is generated under any awarded framework agreement or call off contract, nor can any guarantee be given that any framework agreement or call-off contract may be put in place in relation to this procurement.
Economic Operators are to note that Call-off Contracts will take into account the priorities of the Contracting Authority and its members relating to economic. Social and environmental well being.
All documentation can be downloaded from https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)
This portal is for the downloading of the draft procurement documentation, submission of tenders and communicating requests for and responses to clarifications.
All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.nhmfframeworx.org.uk (https://etenders.nhmfframeworx.co.uk)
After creating an account on eTenders@NHMF-Frameworx, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: NPC 1507.
Economic operators may seek clarification where they consider any part of the procurement documentation is unclear.
All queries and any clarifications must be communicated using the secure email messaging function within the Portal, but to be received no later than 16:00 on 27.09.2022, this will provide an audit trail of all clarification requests and responses issued.
It will not be possible to respond to any queries received after that stipulated date and time. It is the Economic Operators responsibility to regularly monitor communications raised and issued through the Portal.
Response to requests for clarification will be communicated by NPC to all Economic Operators through the portal secure email messaging system.
When uploading Tender Documentation , Economic Operators must be aware of any speed limitations of their internet connection, system configuration and general web traffic etc., as these may impact on the time taken to complete the transaction. Uploading of submissions must be completed by the deadline closing date and time.
DO NOT WAIT until too near the closing time on the return date. The closing deadline for uploading completed tender documentation is the 04.10.2022 at 15.00.
Please note that the Portal will not permit tender submissions to be uploaded after the closing deadline.
Tenders and supporting documentation must be visible to NPC and their advisers only after the closing deadline. Should Economic Operators have any queries or experience difficulties with the registration or download/upload system they should contact the eTenders@NHMF-Frameworx help desk by email etenders@nhmfframeworx.org.uk
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contracts is communicated to all Economic Operators.
The standstill period provides time for unsuccessful Economic Operators to challenge the award decision before Framework Agreements are entered into. The Public Contract Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to take action in the High Court of England and Wales.
After the expiry of the 10 day standstill period, the Contracting Authority will unless prevented by order of the High Court, conclude and enter into the Framework Agreements.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 4AS
Country
United Kingdom