- Make savings for customers in both central government and the wider public sector.
 
- Achieve maximum value from every commercial relationship.
 
- Improve the quality of service delivery for common goods and services across government.
 
- Managing the procurement of common goods and services, so public sector organisations with similar needs achieve value by buying as a single customer.
 
- Increasing savings for the taxpayer by centralising buying requirements for common goods and services and bringing together smaller projects.
 
- Leading on procurement policy on behalf of the UK Government.
 
- Providing a clear, structured and direct route for internal public sector stakeholders and suppliers to raise concerns about public procurement practice (even when attempts at resolving issues with a contracting authority or a first-tier supplier have failed) and provides feedback to enquirers on their concerns.
 
- Taking a proactive approach through spot checks on procurement documents.
 
- Identifying areas of poor procurement practice and work with the contracting authority to put them right, and help ensure similar cases do not arise in the future.
 
- Taking action to reduce the likelihood of similar issues arising in other public sector authorities.
 
- Identifying examples of good practice that we can share with other authorities
 
| 
   Authority  | 
  
   Subject  | 
  
   Sub Issue  | 
  
   Case
  Issue  | 
  
   Case
  Outcome  | 
 
| 
   Sanctuary Housing  | 
  
   Procurement Process  | 
  
   Financial Requirement  | 
  
   A supplier raised concerns
  about the Sanctuary Housing Architects (Housing) Development Consultancy
  Framework that included a zero fee clause in its standard contractual terms
  as they felt it would require architects to carry out substantial amounts of
  unpaid work. They also queried the specified minimum turnover threshold, as
  they believed these values to be excessive in view of the likely level of
  architects’ fees.  | 
  
   Sanctuary Housing,an
  organisation regulated by the Homes and Communities Agency, confirmed that
  they had used a zero fee provision as a mechanism to meet the Homes &
  Communities Agency's requirement to secure best value. They amended their
  position following requests for clarification from bidders and made it clear
  that they did not intend the zero fee provision to apply if a detailed
  planning application was submitted, they confirmed that they will ensure this
  is clear from the outset in any future procurements. The methodology used to
  set the minimum turnover thresholds was confirmed as meeting the requirements
  of the Public Contracts Regulations but they agreed to undertake an
  assessment on any future procurement to ensure the most appropriate method is
  used.  | 
 
| 
   Places for People  | 
  
   Procurement Process  | 
  
   Financial Requirement  | 
  
   The supplier expressed
  concern about a recent OJEU procurement being undertaken by Places for People
  (ref. 47577-2018) for a Major Projects Hub including construction works and
  consultancy services. Their concern was that according to the notice it would
  be awarded to a single supplier.  | 
  
   Places for People
  confirmed that the works and services will comprise all types of building
  construction works and associated civil, mechanical, electrical and services
  works and may also include design and other services required to develop a
  construction design and build. The Major Projects Hub framework is intended
  to select a single supplier with the relevant expertise, capacity and
  experience to manage the supply chain either on behalf of, or in conjunction
  with the contracting authority. By taking this approach the Authority was
  attempting to develop projects which otherwise may not have come to
  fruition.  The supplier met with the
  Authority and had a fruitful discussion and will now be working together in
  order to address some of these concerns.  | 
 
| 
   Swan Housing  | 
  
   Transparency  | 
  
   Evaluation  | 
  
   A supplier contacted us with
  concerns in relation to a ‘below threshold’ procurement opportunity being run
  by Swan Housing for the provision of mobile phone services. The supplier felt
  that the award criteria set out in the tender documentation were limited and
  unclear as they did not disclose weightings. A subsequent concern was raised
  suggesting that Swan Housing had offered a shorter contract duration in order
  to ensure the contract value remained below threshold.  | 
  
   The Authority responded fully
  to both concerns, providing strong justification for the process and
  structure of the procurement exercise, along with the rationale for the
  contract duration. The Authority has been found to be fully compliant since
  the award criteria was clearly contained in the contract documents. We
  recommended the Contracting Authority consider publishing a more detailed
  award criteria for complex cases.  | 
 
| 
   Orbit Housing  | 
  
   Procurement Strategy  | 
  
   Lotting  | 
  
   A supplier complained about a
  Legal Services Framework opportunity with the Orbit Group (a housing
  association) which they felt was not SME friendly due to there being no
  lotting structure. The supplier said the structure of the framework - asking
  bidders to provide a wide range of legal services meant that only a few large
  legal firms would be able to bid.  | 
  
   The Authority confirmed that
  they will continue to consider lotting on a case by case basis for future
  procurements to ensure SME involvement remains at a high level, as is the
  case currently.  | 
 
| 
   | 
  ||||
| 
   Authority  | 
  
   Subject  | 
  
   Sub Issue  | 
  
   Case
  Issue  | 
  
   Case
  Outcome  | 
 
| 
   L & Q Group  | 
  
   Procurement Strategy  | 
  
   Transparency  | 
  
   A supplier contacted us to
  complain that a recent procurement favoured incumbent providers. The supplier
  uploaded their bid to the portal on 28th February 2018 and followed up with
  the procurement team who told them that was all they needed to do. They discovered
  on 3rd May 2018 that they were not awarded the contract. They received a
  reply a week later explaining that their application wasn't entered into the
  bidding process and therefore they had missed the appeal deadline. As a
  result, they are now effectively locked out of an opportunity for 5 years and
  this will have a huge impact on their company.  | 
  
   The system's audit trail shows
  no evidence that a bid was uploaded. The supplier would have seen on screen,
  a printable receipt when submitting a tender to evidence their submission. As
  a bid was not made by the supplier they would not have been directly informed
  of the standstill period, as the proposed award would have been announced to
  the participating bidders. This was not a public procurement although L&Q
  ran the process in compliance with the PCR regulations. The Authority
  confirmed that 39 suppliers expressed interest in the opportunity. Of those,
  17 suppliers did submit a tender (9 of which are SMEs); and after evaluations
  9 suppliers were awarded contract (3 of which are SMEs.)  | 
 
| 
   Hyde Housing Association  | 
  
   Procurement Process  | 
  
   Advertisement  | 
  
   A
  supplier contacted the Mystery Shopper team regarding a framework tender for
  Construction Consultancy Services being procured by Hyde Housing Group. The framework
  notice was advertised on Contracts Finder as Construction Project Management
  Services with one access code - 71541000, however the Framework included
  three Lots with two additional codes. 
  The supplier disregarded this opportunity based on the information
  that was published to Contracts Finder.  | 
  
   The
  Authority confirmed that the procurement was run through their Delta system
  and covered 3 Lots. Unfortunately the Delta system only allowed for one
  access code although the Lotting structure was visible when the opportunity
  was investigated further. The Authority is aware of the problem with the
  Delta system and is working to resolve it. The Authority had addressed the
  problem and extra codes were provided during clarification but only to those
  who were already involved in the tender process.  | 
 
| 
   Northampton Partnership Homes  | 
  
   Technology/Systems  | 
  
   Technical issue with e-portal  | 
  
   A
  supplier contacted us about procurement ref GB003ZM267175 UK-Bolton: Supply
  of Non Half Hourly Electricity, Half Hourly Electricity and Gas. The
  Contracting Authority appeared to be a private company. The supplier wanted
  to check that the procurement through which Utilities Procurement Group (UPG)
  Ltd were appointed as agents, that Northampton Partnership Homes (NPH) were
  aware of their liabilities under this arrangement and that NPH’s constitution
  allows them to act as a central purchasing body for the purposes of this
  framework.  | 
  
   NPH
  confirmed that the process to recruit UPG Ltd as its managing agent for the
  current utilities procurement exercise was compliant and in keeping with its
  internal procurement rules , the commercial arrangements were a matter of
  commercial confidentiality. NPH also confirmed as stated within the Contract
  Notice, NPH is the Contracting Authority and UPG are NPH’s managing agent
  responsible for undertaking the framework procurement and contract managing
  the resulting framework throughout its contract term. 
  | 
 
| 
   Clarion Housing  | 
  
   Procurement Strategy  | 
  
   Financial Requirement  | 
  
   A supplier contacted us
  regarding an opportunity to join the Authority’s Dynamic Purchasing System -
  Development 2019 Lot No. 1. The issue focused on the requirement for bidders
  need to provide a credit reference that would entail registering for an
  annual membership at a cost of £195. Although the supplier provided their
  accounts as an alternative they were advised that they will not be considered
  and that they must have a credit report.  | 
  
   Due to technical issues with
  their procurement platform the Authority confirmed that incorrect information
  had been released in the OJEU notice. Clarion Housing confirmed they had made
  amendments to the Selection Questionnaire process because it was incorrect
  and not compliant with the Public Contract Regulations 2015. The Authority
  confirmed that bidders were requested to upload a credit reference but if
  they are unable to provide this or they feel their credit reference does not
  reflect current position the Authority would review the bidder’s accounts
  using a template they had provided. Once identified, amendments were issued
  via a corrigendum, and the correct information uploaded. Clarion also
  confirmed that all correspondence rights will only be managed by the Group’s
  procurement manager for this project to ensure no similar issues occur.  | 
 
| 
   Sovereign Housing Association  | 
  
   Procurement Process  | 
  
   Feedback  | 
  
   A supplier contacted us
  regarding a Supplier Selection Questionnaire (SSQ) for the project “Planned
  Gas Boiler and Heating Installations.” The supplier raised that the amount of
  information required for specific questions was excessive. The supplier felt
  that they had produced a relevant and high scoring submission, this
  subsequently failed to progress past the SSQ stage as it was scored low
  across the range of questions. The supplier has received very limited
  feedback regarding their submission and despite requesting more meaningful
  feedback this was refused.  | 
  
   The contract value for Heating
  Installations is circa £64m over the 5+5 years term. Sovereign confirmed it
  had used the standard Crown Commercial Services Templates as a basis for the
  SSQ. Sovereign had provided an overall score compared to the highest score,
  although the Authority is not legally obligated to provide feedback at SSQ
  stage . After the Authority had independently reviewed this tender they
  identified that more information could have been given to the unsuccessful
  bidders, this will be developed in the future.  | 
 
| 
   Central Housing Investment Consortium  | 
  
   Procurement Strategy  | 
  
   Establishment of framework  | 
  
   PPRS was contacted by a
  supplier regarding a contract notice advertised by CHIC for Plumbing,
  Electrical & General Building Goods & Materials Suppliers. The
  supplier was concerned that the Framework duration was set at 8 years.  | 
  
   CHIC stated that the total
  Framework Agreement term of 8 years (including extensions) would allow for
  the supply of materials to be effective and efficient. In most cases the
  Framework user and supplier would need integrated information technology
  systems set at a strategic level. This will require significant time and
  resources (including financial expenditure by way of capital and revenue
  investment) for both the framework user and supplier to implement integrated
  systems effectively and to develop comprehensive supply catalogues. The
  return on the investment to achieve this cannot be recovered in a short term
  framework and call off contract.   | 
 
| 
   Beyond housing  | 
  
   Procurement Strategy  | 
  
   SME exclusion - insurance requirement  | 
  
   A
  supplier contacted PPRS regarding a tender opportunity advertised by Beyond
  Housing, reference BH/2020/0044. The supplier was concerned that the minimum
  Professional Indemnity Insurance (PII) per claim of £5 million was
  excessively high and could prevent smaller enterprises from being able to
  compete.  | 
  
   Beyond
  Housing confirmed that interested suppliers could submit a bid and advise
  what level of PII they would suggest. Bids would not be rejected due to
  insurance levels not reaching £5 million. Beyond Housing advised all
  tenderers of this through clarification on their procurement portal.
  Complaint not upheld.  | 
 
| 
   Sanctuary Housing  | 
  
   Procurement Process  | 
  
   Feedback  | 
  
   A
  supplier contacted PPRS regarding a Sanction Housing Association opportunity
  advertised on the Crown Commercial Service (CCS) Digital Marketplace
  https://www.digitalmarketplace.service.gov.uk/digital-outcomes-and-specialists/opportunities/15089.
  The supplier was concerned that they had not received feedback on their
  submission for the opportunity.  | 
  
   Complaint
  not upheld. CCS
  confirmed that the procurement team was at the shortlisting stage and would
  inform all suppliers, whether successful or not, adhering to the DPS
  guidelines. Complaint not upheld.  | 
 
| 
   | 
  ||||
| 
   Authority  | 
  
   Subject  | 
  
   Sub Issue  | 
  
   Case
  Issue  | 
  
   Case
  Outcome  | 
 
| 
   Together Housing Group  | 
  
   Procurement Process  | 
  
   Transparency  | 
  
   A
  supplier contacted PPRS regarding the Together Housing Group Ltd procurement
  for Insurance and Related Services  (https://www.contractfinderpro.com/doc/YbExX/together-housing-group-ltd/provision-insurance-related-services-together). The
  supplier was concerned that parts of the Selection Questionnaire (SQ)
  appeared to be ambiguous as to how responses would be scored. Furthermore,
  the Find a Tender Service Contract Notice correctly stated competitive
  procedure with negotiation but the Contracts Finder notice stated Negotiated
  Procedure giving confusion to the procedure being used.  | 
  
   Complaint
  not upheld. PPRS
  contacted Together Housing who were forthcoming with responses and providing
  clarification/communication logs. PPRS reviewed the information provided from
  the authority, which confirmed that the points raised had been addressed and
  the authority had voluntarily extended the submission date. Furthermore, the
  authority confirmed that errors on the contracts finder website only allows
  the use of the word Negotiated rather than the full title however it was
  clearly described in the SQ.  | 
 
| 
   Sanctuary Housing Association  | 
  
   Transparency  | 
  
   Transparency  | 
  
   A
  supplier contacted PPRS regarding Sanctuary Housing Association DPS for
  Estate Agency Services
  (https://www.contractsfinder.service.gov.uk/notice/e827f64b-49c1-4a61-aeb1-cd207231e8b1?origin=SearchResults&p=1).
  The Supplier was concerned that there was a bias towards one bidding
  organisation under the DPS.  | 
  
   Complaint
  not upheld. PPRS
  reviewed a recent competition for Abbey Meadows. PPRS found that the
  Contracting Authority had not breached the Public Contracts Regulations
  (2015), this is based on comprehensive information supplied by the authority
  regarding the overall management of the DPS. This included the process the
  Authority applied/applies to ensure fairness to awarding contracts and
  confirmed the process they followed to evaluate suppliers’ bids was in
  accordance with the Public Contracts Regulation (2015) regulation 34 (23). The
  Contracting Authority had followed the correct process to ensure conflicts of
  interest were identified and managed correctly in accordance with the Public
  Contracts Regulation (2015) regulation 24.  | 
 
| 
   Homes England  | 
  
   Procurement Process  | 
  
   Evaluation  | 
  
   A
  supplier contacted Public Procurement Review Service (PPRS) regarding Homes
  England Property and Financial Services Framework - Lot 2 (Procontract
  Reference: DN562720). The supplier was concerned that their submission was
  rejected due to lack of content after being asked to drastically reduce the
  word count in their submission, specifically section 6.   | 
  
   Complaint
  not upheld. Homes
  England advised that the supplier was not excluded because of the word count
  requirement. Their tender was excluded due to providing limited information
  relating to lot 2 of the scope of services in their Section 6 submission. The
  supplier submitted a tender for Lot 2, however the focus of the information
  provided in their Section 6 submission was on lot 1 services which did not
  form part of the lot 2 Suitability Assessment. The word count of 250 words
  was stated in the ‘question description’ and also repeated under ‘question
  help’. The 250 word requirement was the original requirement and had not been
  reduced at any stage in the competition. All other tenders met the Section 6
  requirements including the word count requirement of 250 words. There were 12
  other tenders for Lot 2.  | 
 
| 
   Procurement for Housing  | 
  
   Procurement Process  | 
  
   Equivalents  | 
  
   A
  supplier raised an issue with the PPRS about a live procurement by
  Procurement for Housing (PfH) for a "National Agreement For: Material
  Supply and Associated Services" (Agreement Reference: JA / April 2023 /
  Materials). 
 
  | 
  
   Partially
  upheld. PPRS
  notes that some of the lots under this procurement relate to authorities in
  Scotland and are subject to relevant Scottish law.  PPRS's findings do not relate to those lots
  as they are out of scope of PPRS's remit.  | 
 
| 
   Procurement for Housing  | 
  
   Procurement Strategy  | 
  
   SME exclusion - financial
  requirement  | 
  
   A
  supplier raised a concern with PPRS relating to the financial thresholds in
  Lot 4 of the Decarbonisation & Retrofit Framework (reference JL / March
  2023 / Decarb & Retrofit) let by Procurement for Housing (PfH). The
  supplier was concerned that the minimum turnover requirement was £10 million
  for bidders was across all 11 regions of the UK. They were concerned that
  this might exclude SMEs from some of the smaller regions of the UK.  | 
  
   Complaint
  not upheld. PfH was
  able to provide a detailed commercial rationale for the minimum turnover
  requirements, and were able to demonstrate the requirement's applicability to
  the smaller regions of the UK. PPRS are satisfied that the requirement is
  proportionate and non-discriminatory.  | 
 
Additional
articles can be found at Business Law Made Easy. This site looks at business
legislation to assist organisations and people in increasing the quality,
efficiency, and effectiveness of their product and service supply to the
customers' delight. ©️ Business Law Made Easy. All rights reserved.