Opportunity

NHMF Frameworx Communal Mechanical and Electrical Services Framework Agreements 2023

  • NHMF (NPC) LIMITED

F02: Contract notice

Notice reference: 2023/S 000-027960

Published 21 September 2023, 4:54pm



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 Communal Mechanical and Electrical Services Framework Agreements 2023

Reference number

NPC8001

two.1.2) Main CPV code

  • 71315000 - Building 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 Contractors, to two Frameworks, one for Direct Awards, and one for Mini-Competitions. NPC envisages appointing up to 30 suppliers to each Framework. Further details can be found in the Invitation to Tender (ITT).

Each of the Frameworks is broken down into 6 workstreams which are:

Security, Access and Life Support Systems

Active Fire Prevention/Detection Systems

Lifts and Disability Lifting Equipment

Sprinkler Installations

Landlord's Electrical Services

Water Hygiene, Tanks and Mains Installations

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: £900,000,000

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 Security, Access and Life Support Systems - Direct Award Framework

Lot No

1A

two.2.2) Additional CPV code(s)

  • 31620000 - Sound or visual signalling apparatus
  • 33195000 - Patient-monitoring system
  • 34928300 - Safety barriers
  • 35120000 - Surveillance and security systems and devices
  • 42961100 - Access control system
  • 45312000 - Alarm system and antenna installation work
  • 50330000 - Maintenance services of telecommunications equipment
  • 50610000 - Repair and maintenance services of security equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 79711000 - Alarm-monitoring 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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake testing, inspections, servicing, maintenance, renewal and installation of Security, Access and Life Support Systems to their various dwellings, estates and schemes.

The Service may include in respect of Controlled Door Entry, Automatic Doors, Gates, Car Park Barriers and Shutters, CCTV, Communal Digital and TV Installations, Intruder Alarms, Warden Call and similar remote monitoring system installations, the following:

• Periodic inspections, testing, servicing and certification;

• Routine and responsive maintenance including responding to breakdown callouts and provision of replacement parts;

• Major component renewals ;

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: £75,000,000

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

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: NPC8001

two.2) Description

two.2.1) Title

LOT 1B Security, Access and Life Support Systems - Mini-Competition Framework

Lot No

1B

two.2.2) Additional CPV code(s)

  • 31620000 - Sound or visual signalling apparatus
  • 33195000 - Patient-monitoring system
  • 34928300 - Safety barriers
  • 35120000 - Surveillance and security systems and devices
  • 42961100 - Access control system
  • 45312000 - Alarm system and antenna installation work
  • 50330000 - Maintenance services of telecommunications equipment
  • 50610000 - Repair and maintenance services of security equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 79711000 - Alarm-monitoring 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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake testing, inspections, servicing, maintenance, renewal and installation of Security, Access and Life Support Systems to their various dwellings, estates and schemes.

The Service may include in respect of Controlled Door Entry, Automatic Doors, Gates, Car Park Barriers and Shutters, CCTV, Communal Digital and TV Installations, Intruder Alarms, Warden Call and similar remote monitoring system installations, the following:

• Periodic inspections, testing, servicing and certification;

• Routine and responsive maintenance including responding to breakdown callouts and provision of replacement parts;

• Major component renewals ;

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: £75,000,000

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

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: NPC8001

two.2) Description

two.2.1) Title

LOT 2A Active Fire Prevention/Detection Systems - Direct Award Framework

Lot No

2A

two.2.2) Additional CPV code(s)

  • 31500000 - Lighting equipment and electric lamps
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35111000 - Firefighting equipment
  • 44480000 - Miscellaneous fire-protection equipment
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51700000 - Installation services of fire protection equipment

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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake testing, inspections, servicing, maintenance, renewal and installation of Active Fire Prevention/Detection Systems to their various dwellings, estates and schemes,

The Service may include in respect of Fire Detection and Alarm Systems, Fire Evacuation Systems, Refuge Intercoms, Emergency Lighting, AOV's, Wet and Dry Risers, Fire Fighting Equipment and Suppression Systems, the following:

• Periodic inspections, testing, servicing and certification;

• Routine and responsive maintenance including responding to breakdown callouts and provision of replacement parts;

• Major component renewals ;

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: £75,000,000

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

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: NPC8001

two.2) Description

two.2.1) Title

LOT 2B Active Fire Prevention/Detection Systems - Mini-Competition

Lot No

2B

two.2.2) Additional CPV code(s)

  • 31500000 - Lighting equipment and electric lamps
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35111000 - Firefighting equipment
  • 44480000 - Miscellaneous fire-protection equipment
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51700000 - Installation services of fire protection equipment

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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake testing, inspections, servicing, maintenance, renewal and installation of Active Fire Prevention/Detection Systems to their various dwellings, estates and schemes,

The Service may include in respect of Fire Detection and Alarm Systems, Fire Evacuation Systems, Refuge Intercoms, Emergency Lighting, AOV's, Wet and Dry Risers, Fire Fighting Equipment and Suppression Systems, the following:

• Periodic inspections, testing, servicing and certification;

• Routine and responsive maintenance including responding to breakdown callouts and provision of replacement parts;

• Major component renewals ;

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: £75,000,000

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

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: NPC8001

two.2) Description

two.2.1) Title

Lot 3A Passenger and Goods Lifts and Disability Lifting Equipment - Direct Award Framework

Lot No

3A

two.2.2) Additional CPV code(s)

  • 42416100 - Lifts
  • 42416130 - Mechanical lifts
  • 50750000 - Lift-maintenance 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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake testing, inspections, servicing, maintenance, renewal and installation of Lifts and Disability Lifting Equipment to their various dwellings, estates and schemes,

The Service may include in respect of Traction and Hydraulic Passenger and Goods Lifts, Stairlifts, Through Floor Lifts, Platform Lifts, Bath and Ceiling Hoists etc, the following:

• Periodic inspections, testing, servicing and certification;

• Routine and responsive maintenance including responding to breakdown callouts and provision of replacement parts;

• Major component renewals;

• Disability Lifting Equipment Installations

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: £75,000,000

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

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: NPC8001

two.2) Description

two.2.1) Title

LOT 3B Passenger and Goods Lifts and Disability Lifting Equipment - Mini-Competition Framework

Lot No

3B

two.2.2) Additional CPV code(s)

  • 42416100 - Lifts
  • 42416130 - Mechanical lifts
  • 50750000 - Lift-maintenance 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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake testing, inspections, servicing, maintenance, renewal and installation of Lifts and Disability Lifting Equipment to their various dwellings, estates and schemes,

The Service may include in respect of Traction and Hydraulic Passenger and Goods Lifts, Stairlifts, Through Floor Lifts, Platform Lifts, Bath and Ceiling Hoists etc, the following:

• Periodic inspections, testing, servicing and certification;

• Routine and responsive maintenance including responding to breakdown callouts and provision of replacement parts;

• Major component renewals;

• Disability Lifting Equipment Installations

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: £75,000,000

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

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: NPC8001

two.2) Description

two.2.1) Title

Lot 4A Sprinkler and Automist Systems - Direct Award Framework

Lot No

4A

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake retrofit installation, including detailed design, installation, testing and commissioning of Sprinkler and Automist Systems (including all components, pipework, associated builders work, electrical work and making good, to their various dwellings, estates and schemes,

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: £75,000,000

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

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: NPC8001

two.2) Description

two.2.1) Title

Lot 4B Sprinkler and Automist Systems - Mini-Competition Framework

Lot No

4B

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake retrofit installation, including detailed design, installation, testing and commissioning of Sprinkler and Automist Systems (including all components, pipework, associated builders work, electrical work and making good, to their various dwellings, estates and schemes,

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: £75,000,000

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

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: NPC8001

two.2) Description

two.2.1) Title

Lot 5A Landlord's Electrical Installations - Direct Award Framework

Lot No

5A

two.2.2) Additional CPV code(s)

  • 31500000 - Lighting equipment and electric lamps
  • 45310000 - Electrical installation work
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment
  • 71600000 - Technical testing, analysis and 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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake testing, inspections, servicing, maintenance, renewal and installation of Landlord's Electrical Installations (Communal and Estate Lighting, Sub-mains Distribution, Electrical Intake Rooms distribution boards, HV and LV Switchgear, PAT Testing, Fixed Wire Testing and Remedials, Emergency Lighting and Lightning Conductors to their various dwellings, estates and schemes,

The Service may include the following:

• Periodic inspections, testing, servicing and certification;

• Routine and responsive maintenance including responding to breakdown callouts and provision of replacement parts;

• Major component renewals;

• Upgrading of Installations

Works include

• 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: £75,000,000

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

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: NPC8001

two.2) Description

two.2.1) Title

Lot 5B Landlord's Electrical Installations - Mini-Competition Framework

Lot No

5B

two.2.2) Additional CPV code(s)

  • 31500000 - Lighting equipment and electric lamps
  • 45310000 - Electrical installation work
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment
  • 71600000 - Technical testing, analysis and 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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake testing, inspections, servicing, maintenance, renewal and installation of Landlord's Electrical Installations (Communal and Estate Lighting, Sub-mains Distribution, Electrical Intake Rooms distribution boards, HV and LV Switchgear, PAT Testing, Fixed Wire Testing and Remedials, Emergency Lighting and Lightning Conductors to their various dwellings, estates and schemes,

The Service may include the following:

• Periodic inspections, testing, servicing and certification;

• Routine and responsive maintenance including responding to breakdown callouts and provision of replacement parts;

• Major component renewals;

• Upgrading of Installations

Works include

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: £75,000,000

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

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: NPC8001

two.2) Description

two.2.1) Title

Lot 6A Communal Water Tanks and Water Distribution Installations - Direct Award Framework

Lot No

6A

two.2.2) Additional CPV code(s)

  • 39370000 - Water installations
  • 50511000 - Repair and maintenance services of pumps
  • 50513000 - Repair and maintenance services of taps
  • 50514100 - Repair and maintenance services of tanks
  • 51810000 - Installation services of tanks
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 80531200 - Technical training services
  • 90913100 - Tank-cleaning 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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake legionella testing, risk assessment monitoring, inspections, servicing, maintenance, renewal and installation to Communal Water Tanks and Water Distribution Installations including boosted water pump systems and external water mains to their various dwellings, estates and schemes.,

The Service may include the following:

• Periodic inspections, testing, servicing and certification;

• Routine and responsive maintenance including responding to breakdown callouts and provision of replacement parts;

• Block shut-downs

• Major component renewals;

• Upgrading of Installations

Works includes water hygiene and legionella monitoring, temperature monitoring, TMV testing, water sampling and testing, system and tank chlorination, tank refurbishment and renewal, tank room refurbishment

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: £75,000,000

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

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: NPC8001

two.2) Description

two.2.1) Title

Lot 6B Communal Water Tanks and Water Distribution Installations - Mini-Competition Framework

Lot No

6B

two.2.2) Additional CPV code(s)

  • 39370000 - Water installations
  • 50511000 - Repair and maintenance services of pumps
  • 50513000 - Repair and maintenance services of taps
  • 50514100 - Repair and maintenance services of tanks
  • 51810000 - Installation services of tanks
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 80531200 - Technical training services
  • 90913100 - Tank-cleaning 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

NPC on behalf of its members is seeking to appoint Contractors to a framework to undertake legionella testing, risk assessment monitoring, inspections, servicing, maintenance, renewal and installation to Communal Water Tanks and Water Distribution Installations including boosted water pump systems and external water mains to their various dwellings, estates and schemes.,

The Service may include the following:

• Periodic inspections, testing, servicing and certification;

• Routine and responsive maintenance including responding to breakdown callouts and provision of replacement parts;

• Block shut-downs

• Major component renewals;

• Upgrading of Installations

Works includes water hygiene and legionella monitoring, temperature monitoring, TMV testing, water sampling and testing, system and tank chlorination, tank refurbishment and renewal, tank room refurbishment

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: £75,000,000

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

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: NPC8001


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: 30

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

23 October 2023

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

23 October 2023

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

The members of the NHMF including the Northern Ireland Housing Executive represent more than 80% of the UK's housing stock. NHMF (NPC) Ltd is a Contracting Authority under regulation 2 of the Public Contract Regulations 2015 and a central purchasing body under regulation 37 of those Regulations.

NHMF Frameworx is the trading name of NHMF (NPC) Ltd ("NPC") which has been established by the National Housing Maintenance Forum Ltd. The framework agreements subject to this notice are made available for use by the registered providers of social housing and all other member and associate member contracting authorities on NPC'S register of members at the time of the publication of this FTS notice for this procurement operating across England, Wales, Scotland and/or Northern Ireland including their wholly owned subsidiaries.

The register of members is obtainable from http://nhmfframeworx.org.uk/register of members

The Framework Agreements subject to this notice are also made available for use by any other registered social housing provider https://www.gov.uk/government/publications/registered-providers-of-social-housing) , Welsh registered social landlord (https://gov.wales/registered-social-landlords), Scottish registered social landlord (https://www.housingregulator.gov.scot/register-of-social-landlords), Northern Irish registered housing association (https://www.communities-ni.gov.uk/articles/housing-regulation#toc-2), 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 Act (Scotland) 1973 or as defined in the Local Government Act (Northern Ireland) 1972 and any housing Arm's Length Management Organisation (ALMO) that either (a) becomes a member of NPC during the period of the Framework Agreements by becoming a subscriber and user 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; or (b) becomes an associate member of NPC during the period of the Framework Agreements by entering into an Authorising Associate Member Agreement with NPC

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.

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 its 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

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

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: NPC8001

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 17:00 on 13.10.2023, 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 23.10.2023 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

London

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

London

Country

United Kingdom