PfH Decorative Solutions & Associated Services Framework

Award

Value

£40,000,000

Classifications

  • Decorating supplies
  • Charge cards
  • Retail trade services
  • Soft furnishings
  • Domestic furniture
  • Tiles
  • Miscellaneous gardening equipment
  • Paints and wallcoverings
  • Painters' brushes
  • Homedelivery of provisions
  • Paints, varnishes and mastics
  • Paints
  • Road paint
  • Paint stripper
  • Parcel delivery services

Tags

  • award
  • contract

Published

3 years ago

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 75% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, 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.
PfH has established a national Framework Agreement for Decorative Solutions and Associated Services.
The Framework will be awarded for an initial period of three years and may be extended for a further year (4 years in total)

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

The Supply of Defence Stores

Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") has under consideration a 4 Year Framework Agreement with 2 Lots and up to 2 Single Suppliers for the Supply of Defence Stores. Lot 1 - Barbed Wire and Associated Items Lot 2 - Defence Stores This Contract is intended to include 30 items identified as being in scope. The advertised contract value is £3.5 Million with no Option Years. All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). Tenderers shall be provided with NATO Stock Numbers and shall be informed of any required applicable compliance standards. Tenderers shall be expected to provide items in accordance with CSIS Manufacturer’s Part Number (MPN), CSIS Specifications and Drawings. The Contract shall be awarded to up to two (2) compliant Bidders who provide the most economically advantageous tender based on the basket of goods provided in Annex A to Schedule 2 - Price List and responses to the Social Value questions. Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award (over and above those items envisaged to be added at Contract Award). The Contractor shall hold and maintain UKAS Accredited ISO 9001:2015 or equivalent certification at no additional expense to the Authority. The Authority is to be informed within 10 working days of any changes to certification, including changes to scope of activity during this period. The resulting contract shall contain a set of Key Performance Indicators to measure performance in areas such as delivery and quality and shall include remedies for poor performance. Babcock Land Defence Limited will work with the winning bidder(s) to develop a Social Values KPI based on their tender response. The Authority shall award the Contract in accordance with the evaluation criteria which will be detailed in the Invitation To Tender (ITT). No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position. Expressions of interest to participate in this requirement are to be submitted on the Defence Sourcing Portal (DSP) by completing the Pre-Qualification Questionnaire (PQQ). The PQQ shall be assessed on DSP using the selection criteria given within the PQQ and within each question. It is the intention of the Authority to down select, economic operators who will be invited to tender, only those suppliers who provide all mandatory information and are not subject to a mandatory exclusion. Contract name: IRM24/7691 Risk Assessment Ref: RAR-250218B03 Cyber Risk Profile: Very Low

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

[email protected]

+44 8458645100

+44 1909505739

+44 1924354780

Timeline complete

Publish
Bid
Evaluate
Award
Complete