Opportunity

NHMF Frameworx Consultancy Framework Agreements 2022 - Compliance Consultancy Services Tranche 2

  • NHMF (NPC) LIMITED

F02: Contract notice

Notice reference: 2022/S 000-024961

Published 6 September 2022, 2:36pm



Section one: Contracting authority

one.1) Name and addresses

NHMF (NPC) LIMITED

23 Commonside East

MITCHAM

CR42QA

Contact

David Miller

Email

etenders@nhmfframeworx.org.uk

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

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 2

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 Fire Safety Audit Consultants, Water Hygiene Audit Consultants, Asbestos Audit Consultants and Lift and Disabled Equipment 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:

Fire Safety Audit Services

Water Hygiene Audit Services

Asbestos Audit Services

Lift and Disabled Lifting Equipment Audit Services

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 1A - Fire Safety Audit and Consultancy Services - Direct Award Framework

Lot No

1

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services
  • 71630000 - Technical inspection and testing services
  • 75251110 - Fire-prevention services
  • 79212000 - Auditing services
  • 79417000 - Safety consultancy 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 Fire Risk Assessments ("FRA's"), post inspection audits of fire equipment servicing, post inspection audits of fire safety works, and post inspections of completed follow up action audits for domestic and non-domestic Properties, 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: NPC1513

two.2) Description

two.2.1) Title

LOT 1B - Fire Safety Audit and Consultancy Services - Mini Competition Framework

Lot No

2

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services
  • 71630000 - Technical inspection and testing services
  • 75251110 - Fire-prevention services
  • 79212000 - Auditing services
  • 79417000 - Safety consultancy 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 Fire Risk Assessments ("FRA's"), post inspection audits of fire equipment servicing, post inspection audits of fire safety works, and post inspections of completed follow up action audits for domestic and non-domestic Properties, 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: NPC1513

two.2) Description

two.2.1) Title

LOT 2A - Water Hygiene Audit and Consultancy Services - Direct Award Framework

Lot No

3

two.2.2) Additional CPV code(s)

  • 31161400 - Primary water systems
  • 39370000 - Water installations
  • 44611500 - Water tanks
  • 65100000 - Water distribution and related services
  • 71317000 - Hazard protection and control consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 79212000 - Auditing services
  • 90711500 - Environmental monitoring other than for construction

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

two.2.4) Description of the procurement

Provision of third party independent auditing undertaking desktop and onsite audits of legionella risk assessments ("LRA's")and schemes of control and compliance with ACOP18, undertaking LRA' and preparing schemes of control if requested by Clients for both domestic and non-domestic Properties, 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: NPC1513

two.2) Description

two.2.1) Title

LOT 2B - Water Hygiene Audit and Consultancy Services - Mini Competition Framework

Lot No

4

two.2.2) Additional CPV code(s)

  • 31161400 - Primary water systems
  • 39370000 - Water installations
  • 44611500 - Water tanks
  • 65100000 - Water distribution and related services
  • 71317000 - Hazard protection and control consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 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 legionella risk assessments ("LRA's")and schemes of control and compliance with ACOP18, undertaking LRA' and preparing schemes of control if requested by Clients for both domestic and non-domestic Properties, 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: NPC1513

two.2) Description

two.2.1) Title

LOT 3A - Asbestos Compliance Audit and Consultancy Services - Direct Award Framework

Lot No

5

two.2.2) Additional CPV code(s)

  • 71315100 - Building-fabric consultancy services
  • 71317210 - Health and safety consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71900000 - Laboratory services
  • 79212000 - Auditing services
  • 80531200 - Technical training services
  • 90650000 - Asbestos removal services
  • 90714400 - Activity specific environmental 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 Domestic and Non-Domestic Asbestos Management, R&D and Re-Inspection Surveys in accordance with HSG 264 guidance, 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: NPC1513

two.2) Description

two.2.1) Title

LOT 3B - Asbestos Compliance Audit and Consultancy Services - Mini Competition Framework

Lot No

6

two.2.2) Additional CPV code(s)

  • 71315100 - Building-fabric consultancy services
  • 71317210 - Health and safety consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71900000 - Laboratory services
  • 79212000 - Auditing services
  • 80531200 - Technical training services
  • 90650000 - Asbestos removal services
  • 90714400 - Activity specific environmental 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 Domestic and Non-Domestic Asbestos Management, R&D and Re-Inspection Surveys in accordance with HSG 264 guidance, 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: NPC1513

two.2) Description

two.2.1) Title

LOT 4A - Lift and Disabled Lifting Equipment Audit and Consultancy Services - Mini Competition Framework

Lot No

7

two.2.2) Additional CPV code(s)

  • 33192600 - Lifting equipment for health care sector
  • 42410000 - Lifting and handling equipment
  • 45313100 - Lift installation work
  • 51511100 - Installation services of lifting equipment
  • 71315000 - Building 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 undertaking of desktop and onsite compliance inspections of completed servicing, Loler and Safed periodic certification, repairs and installations across a range of passenger and goods lift and disabled lifting equipment 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: £3,000,000

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: NPC1513

two.2) Description

two.2.1) Title

LOT 4B - Lift and Disabled Lifting Equipment Audit and Consultancy Services - Mini Competition Framework

Lot No

8

two.2.2) Additional CPV code(s)

  • 33192600 - Lifting equipment for health care sector
  • 42410000 - Lifting and handling equipment
  • 45313100 - Lift installation work
  • 51511100 - Installation services of lifting equipment
  • 71315000 - Building 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 undertaking of desktop and onsite compliance inspections of completed servicing, Loler and Safed periodic certification, repairs and installations across a range of passenger and goods lift and disabled lifting equipment 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: £3,000,000

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: NPC1513


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

6 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

6 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: NPC1513

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 29.09.2022, 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 06.10.2022 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

Royal Courts of Justice, 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