- Scope of the procurement
- Lot 1. Office & Business Solutions
- Lot 2. Office & Business Solutions – Smart Savings
- Lot 3. Print Mailing & Digital Communications
- Lot 4. Print Devices & Associated Services
- Lot 5. Office & Business Furniture
- Lot 6. Digital Transformation
- Lot 7. Total Printing Solutions
- Lot 8. Workwear and Personal Protective Equipment (PPE) including Specialist Hazards
- Lot 9. Janitorial Supplies
- Lot 10. Tail Spend Solution
Section one: Contracting authority
one.1) Name and addresses
Procurement for Housing
2 Olympic Way, Woolston Grange Avenue
Birchwood, Warrington
WA2 0YL
Contact
Hanna Celinska-Drozd
Telephone
+44 7971266217
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.procurementforhousing.co.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PfH Business Solutions and Supply Management Framework
Reference number
HD / BSSM / 1124
two.1.2) Main CPV code
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
two.1.3) Type of contract
Supplies
two.1.4) Short description
Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 90% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, dynamic purchasing systems, spend analyses, strategy reviews, consolidated billing and comprehensive reporting. PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (“PCR 2015”) and a central purchasing body under regulation 37 PCR 2015.
Please refer to www.pfh.co.uk for additional information.
PfH is administered by Inprova Limited (Inprova) and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner supporting business performance improvement for both public and private sector clients.
PfH is seeking experienced suppliers to establish a framework agreement for a range of Business Solution needs, including Janitorial, Office and Business and Printing. The framework will be constructed of ten lots.
two.1.5) Estimated total value
Value excluding VAT: £137,525,000
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
Office & Business Solutions
Lot No
1
two.2.2) Additional CPV code(s)
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30123000 - Office and business machines
- 30190000 - Various office equipment and supplies
- 30191100 - Filing equipment
- 30192000 - Office supplies
- 30192110 - Ink products
- 79400000 - Business and management consultancy and related services
- 33141620 - Medical kits
- 33141623 - First-aid boxes
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 30200000 - Computer equipment and supplies
- 30234000 - Storage media
- 30237200 - Computer accessories
- 48000000 - Software package and information systems
- 72268000 - Software supply services
- 30191000 - Office equipment except furniture
- 30197000 - Small office equipment
- 90500000 - Refuse and waste related services
- 90511400 - Paper collecting services
- 90510000 - Refuse disposal and treatment
- 90514000 - Refuse recycling services
- 33182100 - Defibrillator
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 of the Framework Agreement covers comprehensive office and business solutions, including essential products and services for daily operations and health and safety. This lot operates based on a core basket of goods, with the ability to identify products listed as best value, sustainable, branded and own branded.
The scope includes items such as general office stationery, business machines, paper, labels, filing and storage, PPE, hygiene supplies, and associated services like shredding and recycling. PfH intends to appoint five suppliers to this lot but may adjust the number based on the bids received. Successful suppliers will provide delivery throughout the entire UK.
Its PfH’s intention to award places on the framework to five (5) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Qualtiy / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Office & Business Solutions – Smart Savings
Lot No
2
two.2.2) Additional CPV code(s)
- 30123000 - Office and business machines
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30190000 - Various office equipment and supplies
- 30191100 - Filing equipment
- 30192000 - Office supplies
- 30192110 - Ink products
- 79400000 - Business and management consultancy and related services
- 33141620 - Medical kits
- 33141623 - First-aid boxes
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 30200000 - Computer equipment and supplies
- 30234000 - Storage media
- 30237200 - Computer accessories
- 48000000 - Software package and information systems
- 72268000 - Software supply services
- 30191000 - Office equipment except furniture
- 30197000 - Small office equipment
- 90500000 - Refuse and waste related services
- 90511400 - Paper collecting services
- 90510000 - Refuse disposal and treatment
- 90514000 - Refuse recycling services
- 33182100 - Defibrillator
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 of the Framework Agreement focuses on smart savings for members through a single supplier. This lot operates based on a core basket of goods, with a minimum smart savings detailed in the supplier's bid via a percentage. We intend for PFH members to receive a smart savings plan within 30 days of the contract start date. This will outline how the supplier plans to deliver the specified savings by the first anniversary of the Call Off Contract. The savings plan will be tracked monthly to ensure progress.
Successful suppliers will provide delivery throughout the entire UK.
The scope includes items such as general office stationery, business machines, paper, labels, filing and storage, PPE, hygiene supplies, and associated services like shredding and recycling.
PfH intends to appoint three (3) suppliers however PfH reserve the right to award a greater of fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print Mailing & Digital Communications
Lot No
3
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
- 22100000 - Printed books, brochures and leaflets
- 22110000 - Printed books
- 22120000 - Publications
- 22160000 - Booklets
- 22458000 - Bespoke printed matter
- 22461000 - Catalogues
- 22462000 - Advertising material
- 22820000 - Forms
- 22850000 - Binders and related accessories
- 22900000 - Miscellaneous printed matter
- 64121100 - Mail delivery services
- 64210000 - Telephone and data transmission services
- 64216120 - Electronic mail services
- 30199700 - Printed stationery except forms
- 30199710 - Printed envelopes
- 30199730 - Business cards
- 48223000 - Electronic mail software package
- 72412000 - Electronic mail service provider
- 72512000 - Document management services
- 79570000 - Mailing-list compilation and mailing services
- 79820000 - Services related to printing
- 79821100 - Proofreading services
- 79800000 - Printing and related services
- 79811000 - Digital printing services
- 79821000 - Print finishing services
- 79822500 - Graphic design services
- 79823000 - Printing and delivery services
- 79824000 - Printing and distribution services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 provides members with a comprehensive range of print and digital communication services. This includes end-to-end print management solutions, document management, and associated services such as scanning, physical and digital document storage, fulfilment, postage, and distribution. Members can procure printed documents and marketing materials, with services including ad hoc print requests, hybrid mail services, desktop mailing, inbound mail management, stock management, and online ordering. Successful suppliers will provide delivery throughout the entire UK.
In addition, suppliers in this lot should be able to deliver a wide range of signage capabilities, of varying purposes from a scope of materials. The scope will include but not be limited to vehicle livery, external signage, site boarding etc.
Its PfH’s intention to award places on the framework to five (5) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print Devices & Associated Services
Lot No
4
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30121100 - Photocopiers
- 30121200 - Photocopying equipment
- 30121300 - Reproduction equipment
- 30121420 - Digital senders
- 30122000 - Office-type offset printing machinery
- 30123000 - Office and business machines
- 30124000 - Parts and accessories of office machines
- 30125000 - Parts and accessories of photocopying apparatus
- 30190000 - Various office equipment and supplies
- 48100000 - Industry specific software package
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 72000000 - IT services: consulting, software development, Internet and support
- 72250000 - System and support services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79500000 - Office-support services
- 79800000 - Printing and related services
- 79820000 - Services related to printing
- 51600000 - Installation services of computers and office equipment
- 30232100 - Printers and plotters
- 30197642 - Photocopier paper and xerographic paper
- 30125100 - Toner cartridges
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 4 of the Framework Agreement provides members with a comprehensive range of print devices, from domestic desktop printers to high-specification, multifunctional commercial devices. In addition to the devices, suppliers will offer a full range of optional associated services, from standard managed print to full digital transformation solutions. This lot aims to provide a holistic approach to managing printing needs, ensuring cost efficiencies and enhanced productivity.
Its PfH’s intention to award places on the framework to five (5) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received. Successful suppliers will provide delivery throughout the entire UK.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Office & Business Furniture
Lot No
5
two.2.2) Additional CPV code(s)
- 39100000 - Furniture
- 39110000 - Seats, chairs and related products, and associated parts
- 39120000 - Tables, cupboards, desk and bookcases
- 39121000 - Desks and tables
- 39122000 - Cupboards and bookcases
- 39130000 - Office furniture
- 39131000 - Office shelving
- 39132000 - Filing systems
- 39133000 - Display units
- 39134000 - Computer furniture
- 39135000 - Sorting tables
- 39136000 - Coat hangers
- 39153000 - Conference-room furniture
- 39153100 - Bookstands
- 39155000 - Library furniture
- 39155100 - Library equipment
- 39156000 - Lounge and reception-area furniture
- 39157000 - Parts of furniture
- 39190000 - Wallpaper and other coverings
- 39191000 - Paper- or paperboard-based wall coverings
- 39192000 - Textile wall coverings
- 39200000 - Furnishing
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
- 39230000 - Special-purpose product
- 39240000 - Cutlery
- 39260000 - Delivery trays and desk equipment
- 39294000 - Apparatus and equipment designed for demonstrational purposes
- 39295000 - Umbrellas and sunshades; walking sticks and seat sticks
- 39298000 - Statuettes, ornaments; photograph or picture frames, and mirrors
- 39711000 - Electrical domestic appliances for use with foodstuffs
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 5 offers a comprehensive range of office and business furniture designed to meet the diverse needs of modern work environments. This includes desks, chairs, storage solutions, and meeting furniture, all aimed at providing high-quality, flexible, and aesthetically pleasing options for the public sector.
Additional services such as space planning, installation, reconfiguration, and maintenance are intended to be available but are not mandatory requirements.
Its PfH’s intention to award places on the framework to six (6) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.
Successful suppliers will provide delivery throughout the entire UK.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Digital Transformation
Lot No
6
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 72200000 - Software programming and consultancy services
- 72262000 - Software development services
- 72500000 - Computer-related services
- 79421000 - Project-management services other than for construction work
- 48400000 - Business transaction and personal business software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 6 intends to provide comprehensive digital transformation to support members in modernizing their operations, enhancing efficiency, and ensuring data security. This includes secure digital document management systems with advanced search, indexing, and compliance features, as well as workflow automation tools to streamline routine processes like invoicing and onboarding. IT infrastructure modernization is also a key component, offering secure, cloud-based or hybrid storage solutions, data backup, and network security.
Its PfH’s intention to award places on the framework to three (3) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.
Successful suppliers will provide delivery throughout the entire UK.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Total Printing Solutions
Lot No
7
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
- 22100000 - Printed books, brochures and leaflets
- 22110000 - Printed books
- 22120000 - Publications
- 22458000 - Bespoke printed matter
- 22461000 - Catalogues
- 22462000 - Advertising material
- 22820000 - Forms
- 22850000 - Binders and related accessories
- 22900000 - Miscellaneous printed matter
- 64121100 - Mail delivery services
- 64210000 - Telephone and data transmission services
- 64216120 - Electronic mail services
- 30199700 - Printed stationery except forms
- 30199710 - Printed envelopes
- 30199730 - Business cards
- 72412000 - Electronic mail service provider
- 72512000 - Document management services
- 79570000 - Mailing-list compilation and mailing services
- 79820000 - Services related to printing
- 79821100 - Proofreading services
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 48100000 - Industry specific software package
- 72000000 - IT services: consulting, software development, Internet and support
- 79500000 - Office-support services
- 79800000 - Printing and related services
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 51600000 - Installation services of computers and office equipment
- 22160000 - Booklets
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 7 provides a comprehensive solution for managing all aspects of printing by combining print services, devices, and support into a single contract. This approach simplifies procurement and management, reducing costs and administrative work. It covers a wide range of printing needs, from standard materials to specialized requirements, and includes complete device management.
Its PfH’s intention to award places on the framework to three (3) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.
Successful suppliers will provide delivery throughout the entire UK.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Workwear and Personal Protective Equipment (PPE) including Specialist Hazards
Lot No
8
two.2.2) Additional CPV code(s)
- 18000000 - Clothing, footwear, luggage articles and accessories
- 18100000 - Occupational clothing, special workwear and accessories
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18200000 - Outerwear
- 18300000 - Garments
- 18400000 - Special clothing and accessories
- 18440000 - Hats and headgear
- 18443000 - Headgear and headgear accessories
- 18444000 - Protective headgear
- 18800000 - Footwear
- 18810000 - Footwear other than sports and protective footwear
- 18815000 - Boots
- 18830000 - Protective footwear
- 18840000 - Parts of footwear
- 18831000 - Footwear incorporating a protective metal toecap
- 39561000 - Tulle, lace, narrow-woven fabrics, trimmings and embroidery
- 22458000 - Bespoke printed matter
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 8 intends to offer a comprehensive range of workwear and PPE solutions tailored to meet the diverse needs of public sector industries. This includes standard workwear, customizable uniforms, and a wide range of PPE, from basic kits to advanced protection for high-risk environments. Specialists wear such as flame and chemical-resistant clothing, as well as thermal and electrical protection garments should be provided.
In addition to products, Lot 8 offers essential services like training and inspection programs to ensure proper use and maintenance of PPE. Customized delivery and collection services, an online portal for personalized ordering, and stock management solutions should be available to streamline logistics and inventory control. This integrated approach simplifies procurement and management, promotes safety, ensures compliance with industry standards, and might offer expert guidance to meet.
It's PfH’s intention to award places on the framework to three (3) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.
Successful suppliers will provide delivery throughout the entire UK.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Janitorial Supplies
Lot No
9
two.2.2) Additional CPV code(s)
- 39800000 - Cleaning and polishing products
- 39820000 - Organic surface-active agents
- 39831000 - Washing preparations
- 39832000 - Dishwashing products
- 39833000 - Anti-dust products
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
- 39224000 - Brooms and brushes and other articles of various types
- 39525000 - Miscellaneous manufactured textile articles
- 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
- 33770000 - Paper sanitary
- 33772000 - Disposable paper products
- 98341130 - Janitorial services
- 31680000 - Electrical supplies and accessories
- 42999000 - Non-domestic vacuum cleaners and floor polishers
- 42999100 - Non-domestic vacuum cleaners
- 42999300 - Parts of non-domestic vacuum cleaners
- 42999200 - Non-domestic floor polishers
- 42999400 - Parts of non-domestic floor polishers
- 34928480 - Waste and rubbish containers and bins
- 39224340 - Bins
- 18424000 - Gloves
- 18424300 - Disposable gloves
- 18141000 - Work gloves
- 18424500 - Gauntlets
- 18100000 - Occupational clothing, special workwear and accessories
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 39561000 - Tulle, lace, narrow-woven fabrics, trimmings and embroidery
- 44423400 - Signs and related items
- 33100000 - Medical equipments
- 33730000 - Eye care products and corrective lenses
- 33735000 - Goggles
- 33735100 - Protective goggles
- 35113000 - Safety equipment
- 35113400 - Protective and safety clothing
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 9 intends to provide a comprehensive range of janitorial supplies and services to meet all cleaning and hygiene needs for PfH members. This includes but is not limited to disposable and reusable cloths, wipes, paper products, floor care chemicals, kitchen and bathroom cleaning solutions, disinfectants, spill kits, air fresheners, and first aid kits. It also covers cleaning tools and equipment like mops, brushes, buckets, and trolleys, as well as personal protective items such as gloves and aprons.
In addition to products, Lot 9 offers flexible delivery options, stock management solutions, and training sessions to ensure safe and effective use of supplies. Suppliers are expected to provide high-quality, eco-friendly products and offer guidance on their proper use. This lot intends to support public sector environments by maintaining high standards of cleanliness and hygiene, ensuring compliance with regulations, and providing reliable and flexible solutions to meet members' needs.
It's PfH’s intention to award places on the framework to three (3) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.
Successful suppliers will provide delivery throughout the entire UK.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £7,500,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Tail Spend Solution
Lot No
10
two.2.2) Additional CPV code(s)
- 18100000 - Occupational clothing, special workwear and accessories
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 79800000 - Printing and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 10 helps organizations manage small, infrequent purchases in office supplies, janitorial products, and printing services. By focusing on "tail spend," it unlocks hidden savings, reduces administrative burdens, and improves procurement control. The goal is cost reduction through streamlined processes and better supplier terms, saving time and resources with optimized procurement and automation.
It's PfH’s intention to award places on the framework to three (3) suppliers, however PfH reserve the right to award a greater of fewer number of places depending on the bids received.
Successful suppliers will provide delivery throughout the entire UK.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the 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: 41
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-006383
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
11 February 2025
Local time
12:00pm
Changed to:
Date
28 February 2025
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 February 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; the Northern Ireland Housing Executive; any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations; educational establishments and any other contracting authority listed on the following page of the PfH website :
http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233305.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:233305)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit