Construction Tenders

Wed May 08 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 12

Status Active

Published 12th May 2023

Tender Details
Referenceocds-h6vhtk-03a49d
Common Procurement VocabularyPreventive maintenance services
Procurement MethodOpen procedure
Value£250,000,000
More Tenders »

United Kingdom

Category Services

Type

No. of Lots 12

Status Active

Published 12th May 2023

Tender Details
Referenceocds-h6vhtk-03a49d
Common Procurement VocabularyPreventive maintenance services
Procurement MethodOpen procedure
Value£250,000,000

Section I: Contracting authority

I.1) Name and addresses

Inprova Group

Unit 2 Olympic Way,

Warrington

WA2 0YL

Contact

Iain Taylor

Email

itaylor [at] pfh.co.uk

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

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Procurement For Housing - Compliance Solutions Framework

II.1.2) Main CPV code

  • 50324200 - Preventive maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

A framework for the provision of Access Control, Asbestos, Damp and Mould, Electrical Testing, Lifts and Legionella including: surveys, testing/analytical services, removal, remedial, maintenance, and consultancy services for their member organisations to call-off from.

II.1.5) Estimated total value

Value excluding VAT: £250,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot 1a - Asbestos - Surveying and Testing

Lot No

1

II.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services
  • 38910000 - Hygiene monitoring and testing equipment
  • 71313000 - Environmental engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71311000 - Civil engineering consultancy services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Surveying and Testing for Asbestos as well as related consultancy.

It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or

fewer number of places depending on the bids received.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 1b - Asbestos Removal

Lot No

2

II.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Removal of Asbestos and associated works and services.

It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or

fewer number of places depending on the bids received.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 1c - Fully Managed Asbestos Solution

Lot No

3

II.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services
  • 71315300 - Building surveying services
  • 79311000 - Survey services
  • 79311100 - Survey design services
  • 45214620 - Research and testing facilities construction work
  • 71630000 - Technical inspection and testing services
  • 71313450 - Environmental monitoring for construction
  • 80540000 - Environmental training services
  • 90700000 - Environmental services
  • 45262640 - Environmental improvement works
  • 90710000 - Environmental management
  • 90713000 - Environmental issues consultancy services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

All aspects of Asbestos related work including surveying, testing, related consultancy, removal, treatment, disposal and management of.

It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or

fewer number of places depending on the bids received.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 2a - Mould Treatment and Associated Services

Lot No

4

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50000000 - Repair and maintenance services
  • 45261420 - Waterproofing work
  • 45262210 - Foundation work
  • 45410000 - Plastering work

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of requirements shall include a service to deliver Mould Treatment works (including surveying) in both residential and void properties. These requirements may be required to be carried out internally or externally on the property or building.

It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or

fewer number of places depending on the bids received.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 2b - Damp Treatment and Associated Services

Lot No

5

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 45261420 - Waterproofing work
  • 50000000 - Repair and maintenance services
  • 45262210 - Foundation work

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of requirements shall include a service to deliver Damp Treatment works (including surveying, DPC, Chemical injection and remedial works) in both residential and void properties. These requirements may be required to be carried out internally or externally on the property or building.

It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or

fewer number of places depending on the bids received.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 2c - Damp and Mould Surveying

Lot No

6

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 71315300 - Building surveying services
  • 71324000 - Quantity surveying services
  • 71355000 - Surveying services
  • 79311000 - Survey services
  • 79311100 - Survey design services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Provision of Damp and Mould Surveys as well as related consultancy.

It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or

fewer number of places depending on the bids received.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 2d - Fully Managed Damp and Mould Solution

Lot No

7

II.2.2) Additional CPV code(s)

  • 45262210 - Foundation work
  • 50700000 - Repair and maintenance services of building installations
  • 50000000 - Repair and maintenance services
  • 45261420 - Waterproofing work
  • 45410000 - Plastering work
  • 71315300 - Building surveying services
  • 71324000 - Quantity surveying services
  • 71355000 - Surveying services
  • 79311000 - Survey services
  • 79311100 - Survey design services
  • 45262640 - Environmental improvement works
  • 71313400 - Environmental impact assessment for construction
  • 71313450 - Environmental monitoring for construction
  • 80540000 - Environmental training services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of requirements shall include a service to deliver Mould Treatment Works and Damp Treatment works (including surveying, DPC, Chemical injection and remedial works) in both residential and void properties. These requirements may be required to be carried out internally or externally on the property or building and can also include general consultancy

It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or

fewer number of places depending on the bids received.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 3a - Electrical Testing and Associated Works

Lot No

8

II.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 50711000 - Repair and maintenance services of electrical building installations
  • 71334000 - Mechanical and electrical engineering services
  • 50700000 - Repair and maintenance services of building installations

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Electrical Testing, Servicing and Maintenance which may include but is not limited to domestic, commercial, appliances, heating systems, renewable solutions, PAT

It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or

fewer number of places depending on the bids received.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 3b - Electrical Security and Associated Works

Lot No

9

II.2.2) Additional CPV code(s)

  • 44221310 - Access gates
  • 45421148 - Installation of gates
  • 35120000 - Surveillance and security systems and devices
  • 35125300 - Security cameras
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 50610000 - Repair and maintenance services of security equipment
  • 90714000 - Environmental auditing
  • 90714600 - Environmental security control services
  • 32552000 - Electrical apparatus for line telephony or line telegraphy
  • 32552600 - Entrance telephones
  • 31625000 - Burglar and fire alarms

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Service, Maintenance and Installation of Electrical Security Systems including but not limited to - door entry systems, auto opening doors, barriers & gates, CCTV, alarms and associated works.

It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or

fewer number of places depending on the bids received.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 3c - Fully Managed Electrical Compliance Solution

Lot No

10

II.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 50711000 - Repair and maintenance services of electrical building installations
  • 71334000 - Mechanical and electrical engineering services
  • 50700000 - Repair and maintenance services of building installations

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Electrical Testing, Servicing and Maintenance which may include but is not limited to domestic, commercial, appliances, heating systems, renewable solutions, PAT. Service, Maintenance and Installation of Electrical Security Systems including but not limited to - door entry systems, auto opening doors, barriers & gates, CCTV, alarms and associated works.

It is PfH Scotland's intention to award places on the framework under this lot to five suppliers but we reserve the right to award a greater or

fewer number of places depending on the bids received.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 4 - Lift Servicing and Refurbishment

Lot No

11

II.2.2) Additional CPV code(s)

  • 42410000 - Lifting and handling equipment
  • 42416100 - Lifts
  • 42416110 - Bath lifts
  • 42416120 - Goods lifts
  • 42418220 - Chairlifts
  • 44115600 - Stairlifts

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Installation of lifts limited but not included to high rise, low rise, goods and people, fire.

Servicing and Maintenance of lifts limited but not included to high rise, low rise, goods and people, fire and stairlifts.

Service, Maintenance and Installation of Electrical Security Systems including but not limited to - door entry systems, auto opening doors, barriers & gates, CCTV, alarms and associated works.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 5- Legionella Testing and Treatment

Lot No

12

II.2.2) Additional CPV code(s)

  • 45232430 - Water-treatment work
  • 50700000 - Repair and maintenance services of building installations

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Testing and treatment for legionella within the following areas- limited but not included to evaporative cooling systems, hot and cold water systems and spa pools humidifiers, air washers, emergency showers, eye wash sprays, indoor ornamental fountains, aqueous tunnel washers, swimming pools etc

Service, Maintenance and Installation of Electrical Security Systems including but not limited to - door entry systems, auto opening doors, barriers & gates, CCTV, alarms and associated works.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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: 100

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-004144

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

23 June 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

23 June 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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 Procurement for Housing at the time of the OJEU notice for this procurement,

— any registered provider of social housing (or Welsh registered social landlord, or Northern Ireland registered

social landlord) that becomes a member of Procurement for Housing during the period of the Framework,

— any public authority (as defined in the Freedom of Information Act 2000 for public authorities) in England,

Wales and Northern Ireland, that becomes a member of Procurement for Housing at any time during the period

of the Framework,

— any local authority (as defined in the Local Government Act 1972 for public authorities in England, Wales and

Northern Ireland) that becomes a member of Procurement for Housing at any time during the period of the Framework,

— any housing Arm’s Length Management Organisation that becomes a member of Procurement for Housing

during the period of the Framework,

— any wholly owned subsidiary of any of the above organisations, and

— any other contracting authority listed on the following page of the Procurement for Housing website,

— http:// procurementforhousing.co.uk/permissible-users/ at the time of the OJEU 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=229348.

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:229348)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit