Notting Hill Genesis: Planned Investment and Building Safety Framework

  Notting Hill Genesis is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Planned Investment and Building Safety Framework
Notice type: Contract Notice
Authority: Notting Hill Genesis
Nature of contract: Works
Procedure: Restricted
Short Description: Notting Hill Genesis (NHG) is seeking to procure a Framework Agreement for the provision on Planned Investment and Building Safety works. The Framework will comprise of 6 Lots as follows: •Lot 1A – Planned Investment - Building Envelope and Communal Spaces •Lot 1B – Planned Investment - Kitchen and Bathroom Replacements •Lot 2A – Building Safety – Cladding Remediation and Wider Capital Works •Lot 2B – Building Safety – Cladding Remediation •Lot 3A – Fire Risk Assessment Remediation Works – Passive Fire Safety •Lot 3B – Fire Risk Assessment Remediation Works – Active Fire Safety
Published: 10/01/2022 18:08
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Notting Hill Genesis, RS007746
             https://www.nhg.org.uk/, 2 Killick Street, London, N1 9FL, United Kingdom
             Tel. +44 7738457612, Email: chris.brown@nhg.org.uk
             Contact: Chris Brown
             Main Address: https://www.nhg.org.uk/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./WK82S65478
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Planned Investment and Building Safety Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Notting Hill Genesis (NHG) is seeking to procure a Framework Agreement for the provision on Planned Investment and Building Safety works. The Framework will comprise of 6 Lots as follows:
•Lot 1A – Planned Investment - Building Envelope and Communal Spaces
•Lot 1B – Planned Investment - Kitchen and Bathroom Replacements
•Lot 2A – Building Safety – Cladding Remediation and Wider Capital Works
•Lot 2B – Building Safety – Cladding Remediation
•Lot 3A – Fire Risk Assessment Remediation Works – Passive Fire Safety
•Lot 3B – Fire Risk Assessment Remediation Works – Active Fire Safety       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,876,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 5
      Maximum number of lots that may be awarded to one tenderer: 5
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers are welcome to submit proposals for any of the 6 Lots available but will be limited to only submitting a response for either Lot 1A or Lot 1B.
Further information is available in the Information for Tenderers document that accompanies this notice.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Planned Investment Works - Building Envelope and Communal Spaces       
      Lot No: 1A       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45210000 - Building construction work.
      45100000 - Site preparation work.
      45111200 - Site preparation and clearance work.
      44112000 - Miscellaneous building structures.
      44115000 - Building fittings.
      44115800 - Building internal fittings.
      45421100 - Installation of doors and windows and related components.
      45421110 - Installation of door and window frames.
      45421111 - Installation of door frames.
      44112410 - Roof frames.
      44112420 - Roof supports.
      44112430 - Roof trusses.
      44112500 - Roofing materials.
      44232000 - Timber roof trusses.
      45261100 - Roof-framing work.
      45261200 - Roof-covering and roof-painting work.
      45261210 - Roof-covering work.
      45261211 - Roof-tiling work.
      45261212 - Roof-slating work.
      45261214 - Bituminous roof-covering work.
      45261410 - Roof insulation work.
      45261900 - Roof repair and maintenance work.
      45261910 - Roof repair.
      45261920 - Roof maintenance work.
      45343100 - Fireproofing work.
      45440000 - Painting and glazing work.
      45442100 - Painting work.
      45442110 - Painting work of buildings.
      45321000 - Thermal insulation work.
      31625100 - Fire-detection systems.
      31625200 - Fire-alarm systems.
      35111500 - Fire suppression system.
      44221220 - Fire doors.
      44480000 - Miscellaneous fire-protection equipment.
      44482000 - Fire-protection devices.
      45312100 - Fire-alarm system installation work.
      45343000 - Fire-prevention installation works.
      51700000 - Installation services of fire protection equipment.
      75251110 - Fire-prevention services.
      45320000 - Insulation work.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of works for contracts placed under this Lot, includes but is not limited to, external and internal redecorations to communal hallways, roof repairs and roof renewals, roof and cavity insulation, window repairs and replacement, door repairs and replacement, structural repairs to steps, balconies, fencing & walls, Housing Health and Safety Rating Scheme (HHSRS) associated works along with internal works to communal areas including floor coverings, fire risk remedial works and low energy lighting.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,062,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 2
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: As detailed in the SQ documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Additional information detailing the breakdown of the estimated value of this Lot is available in the Information for Tenderers document included with this notice       
II.2) Description Lot No. 2
      
      II.2.1) Title: Planned Investment - Kitchens and Bathrooms       
      Lot No: 1B       
      II.2.2) Additional CPV codes:
      45211310 - Bathrooms construction work.
      39141000 - Kitchen furniture and equipment.
      39141400 - Fitted kitchens.
      39220000 - Kitchen equipment, household and domestic items and catering supplies.
      39221000 - Kitchen equipment.
      45330000 - Plumbing and sanitary works.
      45332200 - Water plumbing work.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Contract placed under this Lot will typically involve the replacement programmes for domestic kitchen and bathroom works. This will mainly comprise of removal and installation of the existing kitchen, or bathroom, or both, internal redecorations, electrical testing and remedial works, minor remedial and damp proofing works, tiling and vinyl flooring.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 300,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 2
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: As detailed in the SQ documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Additional information detailing the breakdown of the estimated value of this Lot is available in the Information for Tenderers document included with this notice.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Building Safety - Cladding Remediation & Wider Capital Works       
      Lot No: 2A       
      II.2.2) Additional CPV codes:
      44212381 - Cladding.
      45262650 - Cladding works.
      45443000 - Facade work.
      44112410 - Roof frames.
      44112420 - Roof supports.
      44112430 - Roof trusses.
      44112500 - Roofing materials.
      44232000 - Timber roof trusses.
      45261100 - Roof-framing work.
      45261200 - Roof-covering and roof-painting work.
      45261210 - Roof-covering work.
      45261211 - Roof-tiling work.
      45261212 - Roof-slating work.
      45261220 - Roof-painting and other coating work.
      45261221 - Roof-painting work.
      45261410 - Roof insulation work.
      45261900 - Roof repair and maintenance work.
      45261910 - Roof repair.
      45261920 - Roof maintenance work.
      45421100 - Installation of doors and windows and related components.
      45421110 - Installation of door and window frames.
      45421111 - Installation of door frames.
      45421130 - Installation of doors and windows.
      45421131 - Installation of doors.
      45440000 - Painting and glazing work.
      45442100 - Painting work.
      45442110 - Painting work of buildings.
      45000000 - Construction work.
      45210000 - Building construction work.
      45100000 - Site preparation work.
      45111200 - Site preparation and clearance work.
      44112000 - Miscellaneous building structures.
      44115000 - Building fittings.
      44115800 - Building internal fittings.
      45320000 - Insulation work.
      45321000 - Thermal insulation work.
      31625100 - Fire-detection systems.
      31625200 - Fire-alarm systems.
      35111500 - Fire suppression system.
      44221220 - Fire doors.
      44480000 - Miscellaneous fire-protection equipment.
      44482000 - Fire-protection devices.
      45312100 - Fire-alarm system installation work.
      45343000 - Fire-prevention installation works.
      45343100 - Fireproofing work.
      51700000 - Installation services of fire protection equipment.
      75251110 - Fire-prevention services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Contracts issued under this Lot will allow NHG to appoint contractors to support in NHG's Building Safety programme. This lot will focus on the replacement of deficient external wall systems including but not limited to removing combustible materials and reinstating non-combustible materials and replacing defective fire barriers.
This lot may also include the delivery of wider capital works such as those covered by Lot 1A and Lot 1B and Fire Risk Assessment remedial works.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 450,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 2
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: As detailed in the SQ documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The estimated total value above may not necessarily match the total value of the Framework due to the uncertainty which Lot the Building Safety spend will be placed through.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Building Safety - Cladding Remediation Only       
      Lot No: 2B       
      II.2.2) Additional CPV codes:
      44212381 - Cladding.
      45262650 - Cladding works.
      45443000 - Facade work.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Contracts placed under this Lot will allow NHG to appoint contractors to support in NHG's Building Safety programme. This lot will focus solely on the replacement of deficient external wall systems including, but not limited to, removing combustible materials and reinstating non-combustible materials, replacing defective fire barriers and all other associated works..
This lot will not incorporate wider capital works.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 450,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 2
            / Maximum number: 15       
      Objective criteria for choosing the limited number of candidates: As detailed in the SQ documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The estimated total value above may not necessarily match the total value of the Framework due to the uncertainty which Lot the Building Safety spend will be placed through.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Fire Risk Assessment Remediation Works - Passive Fire Safety       
      Lot No: 3A       
      II.2.2) Additional CPV codes:
      35111500 - Fire suppression system.
      44221220 - Fire doors.
      44482000 - Fire-protection devices.
      45343000 - Fire-prevention installation works.
      45343100 - Fireproofing work.
      51700000 - Installation services of fire protection equipment.
      75251110 - Fire-prevention services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Contracts placed under this Lot will specifically relate to passive fire safety works. This will include, but not be limited to, maintenance, repair and/or improvement of the building to address any breaches in compartmentation. This would normally include installation of and/or repairs to doors, installation of fire safety signage (including wayfinding signage), filling penetration breaches and introducing additional compartmentation in void spaces such as lofts and service riser cupboards where recommended by our fire risk assessors
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 52,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 2
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: As detailed in the SQ documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Additional information detailing the breakdown of the estimated value of this Lot is available in the Information for Tenderers document included with this notice.       
II.2) Description Lot No. 6
      
      II.2.1) Title: Fire Risk Assessment Remediation Works - Passive Fire Safety       
      Lot No: 3B       
      II.2.2) Additional CPV codes:
      31625100 - Fire-detection systems.
      31625200 - Fire-alarm systems.
      35111500 - Fire suppression system.
      44480000 - Miscellaneous fire-protection equipment.
      45312100 - Fire-alarm system installation work.
      45343000 - Fire-prevention installation works.
      31518200 - Emergency lighting equipment.
      38431200 - Smoke-detection apparatus.
      42521000 - Smoke-extraction equipment.
      39714110 - Extraction ventilators.
      42520000 - Ventilation equipment.
      75251110 - Fire-prevention services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Contracts placed under this Lot will specifically relate to active fire safety works. This will include, but not be limited to, major improvements and/or installations of fire safety equipment (such as fire detection systems, automatic opening vents etc), installations and maintenance of emergency lighting to meet statutory requirements or to address a risk/hazard identified by our fire risk assessors.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 12,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 2
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: As detailed in the SQ documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Additional information detailing the breakdown of the estimated value of this Lot is available in the Information for Tenderers document included with this notice.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      As detailed in the SQ documents    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   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:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Further information is available in Section VI.3 Additional Information.    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 11/02/2022 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/03/2022       
      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:
         Until: 31/03/2023
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

This framework will be available for use by any entity within the same group of companies as NHG from time to time (the current list can be found at https://www.nhg.org.uk/about-us/who-we-are/current-members-of-the-group/ and any entity or joint venture company that NHG or any other NHG Group Member holds an interest in from time to time. NHG may also (at its sole discretion) permit use of the framework by any other contracting authority that is a provider of social housing operating in the Greater London area . This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Regulator of Social Housing), local authorities and/or Arm’s-Length Management Organisations (ALMO). A list of the current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing Due to the increasing demand for additional housing across London this Framework may present a significant opportunity for the selected framework participants and these organisations.

Section IV.1.3) Continued -
Our rationale and justification for procuring a Framework for a longer period than four years in this case is as follows. We are of the view that the proposed framework length and option to extend beyond four years in this case is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the PCRs 2015:
1 - In the coming years, there will be significant changes to law and regulations for fire and building safety in the construction and housing management sectors. Future legal requirements are not currently fully known, and we expect that the requirements and compliance methods will develop and evolve over a period of several years. It is therefore critical to NHG that we can build and maintain strong relationships with the members of this framework, in order to work together to meet the challenges ahead, and work in a spirit of collaboration and continual improvement through this period of regulatory uncertainty, change and upheaval. We expect this period to exceed the standard four-year term for frameworks under the Public Contracts Regulations 2015.
2 - NHG is working towards a target of meeting EPC-C by 2030 and we believe that it is therefore critical to NHG that we can build and maintain strong relationships with the members of this framework, in order to work together to meet the challenges ahead, and work in a spirit of collaboration and continual improvement through this period of regulatory uncertainty, change and upheaval. We expect this period to exceed the standard four-year term for frameworks under the Public Contracts Regulations 2015.
3 - NHG are aiming to have completed all works related to combustible materials to external wall systems by 2030. NHG require an extended framework length to ensure we have the timescale to deliver this.
4 - NHG are setting out a new approach to delivering long term social value through the framework and believe that a long-term partnering approach is the only way to achieve this.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./WK82S65478

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WK82S65478
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 10/01/2022

Annex A


View any Notice Addenda

Planned Investment and Building Safety Framework

UK-London: Construction work.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Notting Hill Genesis, RS007746
       https://www.nhg.org.uk/, 2 Killick Street, London, N1 9FL, United Kingdom
       Tel. +44 7738458612, Email: chris.brown@nhg.org.uk
       Contact: Chris Brown
       Main Address: https://www.nhg.org.uk/
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Planned Investment and Building Safety Framework      Reference number: Not Provided      
   II.1.2) Main CPV code:
      45000000 - Construction work.
   
   II.1.3) Type of contract: WORKS   
   II.1.4) Short Description: Notting Hill Genesis (NHG) is seeking to procure a Framework Agreement for the provision on Planned Investment and Building Safety works. The Framework will comprise of 6 Lots as follows:
•Lot 1A – Planned Investment - Building Envelope and Communal Spaces
•Lot 1B – Planned Investment - Kitchen and Bathroom Replacements
•Lot 2A – Building Safety – Cladding Remediation and Wider Capital Works
•Lot 2B – Building Safety – Cladding Remediation
•Lot 3A – Fire Risk Assessment Remediation Works – Passive Fire Safety
•Lot 3B – Fire Risk Assessment Remediation Works – Active Fire Safety

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 12/01/2022

VI.6) Original notice reference:

   Notice Reference:    2022 - 399145   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 10/01/2022

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.2.1          
         Lot No: 6          
         Place of text to be modified: II.2.1          
         Instead of: II.2.1) Title: Fire Risk Assessment Remediation Works - Passive Fire Safety          
         Read: II.2.1) Title: Fire Risk Assessment Remediation Works - Active Fire Safety
                                    
   
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./WK82S65478

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WK82S65478



Planned Investment and Building Safety Framework

UK-London: Construction work.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Notting Hill Genesis, RS007746
       https://www.nhg.org.uk/, 2 Killick Street, London, N1 9FL, United Kingdom
       Tel. +44 7738458612, Email: chris.brown@nhg.org.uk
       Contact: Chris Brown
       Main Address: https://www.nhg.org.uk/
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Planned Investment and Building Safety Framework      Reference number: Not Provided      
   II.1.2) Main CPV code:
      45000000 - Construction work.
   
   II.1.3) Type of contract: WORKS   
   II.1.4) Short Description: Notting Hill Genesis (NHG) is seeking to procure a Framework Agreement for the provision on Planned Investment and Building Safety works. The Framework will comprise of 6 Lots as follows:
•Lot 1A – Planned Investment - Building Envelope and Communal Spaces
•Lot 1B – Planned Investment - Kitchen and Bathroom Replacements
•Lot 2A – Building Safety – Cladding Remediation and Wider Capital Works
•Lot 2B – Building Safety – Cladding Remediation
•Lot 3A – Fire Risk Assessment Remediation Works – Passive Fire Safety
•Lot 3B – Fire Risk Assessment Remediation Works – Active Fire Safety

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 20/01/2022

VI.6) Original notice reference:

   Notice Reference:    2022 - 399145   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 10/01/2022

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: IV.2.2          
         Instead of:
         Date: 11/02/2022         
         Local Time: 17:00          
         Read:
         Date: 18/02/2022         
         Local Time: 17:00                   
   
VII.2) Other additional information: Following multiple requests for an extension of time, NHG have awarded an additional 1 week period to the deadline for responses.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./WK82S65478

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WK82S65478


View Award Notice

UK-London: Construction work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Notting Hill Genesis, RS007746
       https://www.nhg.org.uk/, 2 Killick Street, London, N1 9FL, United Kingdom
       Tel. +44 7703381336, Email: nicole.ward@nhg.org.uk
       Contact: Nicole Ward
       Main Address: https://www.nhg.org.uk/
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Planned Investment and Building Safety Framework            
      Reference number: PROC1344

      II.1.2) Main CPV code:
         45000000 - Construction work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Notting Hill Genesis (NHG) is seeking to procure a Framework Agreement for the provision on Planned Investment and Building Safety works. Originally the framework was going to consist of 6 Lots as follows: •Lot 1A – Planned Investment - Building Envelope and Communal Spaces •Lot 1B – Planned Investment - Kitchen and Bathroom Replacements •Lot 2A – Building Safety – Cladding Remediation and Wider Capital Works •Lot 2B – Building Safety – Cladding Remediation •Lot 3A – Fire Risk Assessment Remediation Works – Passive Fire Safety •Lot 3B – Fire Risk Assessment Remediation Works – Active Fire Safety. NHG have decided not to award Lots 1a, 1b, 2a, 2b. Therefore this contract award notice is only for Lots 3a and 3b. Lot 1a and 1b are being retendered under a new procurement which has been released.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 64,600,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Planned Investment Works - Building Envelope and Communal Spaces   
      Lot No:1A

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45210000 - Building construction work.
            45100000 - Site preparation work.
            45111200 - Site preparation and clearance work.
            44112000 - Miscellaneous building structures.
            44115000 - Building fittings.
            44115800 - Building internal fittings.
            45421100 - Installation of doors and windows and related components.
            45421110 - Installation of door and window frames.
            45421111 - Installation of door frames.
            44112410 - Roof frames.
            44112420 - Roof supports.
            44112430 - Roof trusses.
            44112500 - Roofing materials.
            44232000 - Timber roof trusses.
            45261100 - Roof-framing work.
            45261200 - Roof-covering and roof-painting work.
            45261210 - Roof-covering work.
            45261211 - Roof-tiling work.
            45261212 - Roof-slating work.
            45261214 - Bituminous roof-covering work.
            45261410 - Roof insulation work.
            45261900 - Roof repair and maintenance work.
            45261910 - Roof repair.
            45261920 - Roof maintenance work.
            45343100 - Fireproofing work.
            45440000 - Painting and glazing work.
            45442100 - Painting work.
            45442110 - Painting work of buildings.
            45321000 - Thermal insulation work.
            31625100 - Fire-detection systems.
            31625200 - Fire-alarm systems.
            35111500 - Fire suppression system.
            44221220 - Fire doors.
            44480000 - Miscellaneous fire-protection equipment.
            44482000 - Fire-protection devices.
            45312100 - Fire-alarm system installation work.
            45343000 - Fire-prevention installation works.
            51700000 - Installation services of fire protection equipment.
            75251110 - Fire-prevention services.
            45320000 - Insulation work.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The scope of works for contracts placed under this Lot, includes but is not limited to, external and internal redecorations to communal hallways, roof repairs and roof renewals, roof and cavity insulation, window repairs and replacement, door repairs and replacement, structural repairs to steps, balconies, fencing & walls, Housing Health and Safety Rating Scheme (HHSRS) associated works along with internal works to communal areas including floor coverings, fire risk remedial works and low energy lighting.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Planned Investment - Kitchens and Bathrooms   
      Lot No:1B

      II.2.2) Additional CPV code(s):
            45211310 - Bathrooms construction work.
            39141000 - Kitchen furniture and equipment.
            39141400 - Fitted kitchens.
            39220000 - Kitchen equipment, household and domestic items and catering supplies.
            39221000 - Kitchen equipment.
            45330000 - Plumbing and sanitary works.
            45332200 - Water plumbing work.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Contract placed under this Lot will typically involve the replacement programmes for domestic kitchen and bathroom works. This will mainly comprise of removal and installation of the existing kitchen, or bathroom, or both, internal redecorations, electrical testing and remedial works, minor remedial and damp proofing works, tiling and vinyl flooring.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Building Safety - Cladding Remediation & Wider Capital Works   
      Lot No:2A

      II.2.2) Additional CPV code(s):
            44212381 - Cladding.
            45262650 - Cladding works.
            45443000 - Facade work.
            44112410 - Roof frames.
            44112420 - Roof supports.
            44112430 - Roof trusses.
            44112500 - Roofing materials.
            44232000 - Timber roof trusses.
            45261100 - Roof-framing work.
            45261200 - Roof-covering and roof-painting work.
            45261210 - Roof-covering work.
            45261211 - Roof-tiling work.
            45261212 - Roof-slating work.
            45261220 - Roof-painting and other coating work.
            45261221 - Roof-painting work.
            45261410 - Roof insulation work.
            45261900 - Roof repair and maintenance work.
            45261910 - Roof repair.
            45261920 - Roof maintenance work.
            45421100 - Installation of doors and windows and related components.
            45421110 - Installation of door and window frames.
            45421111 - Installation of door frames.
            45421130 - Installation of doors and windows.
            45421131 - Installation of doors.
            45440000 - Painting and glazing work.
            45442100 - Painting work.
            45442110 - Painting work of buildings.
            45000000 - Construction work.
            45210000 - Building construction work.
            45100000 - Site preparation work.
            45111200 - Site preparation and clearance work.
            44112000 - Miscellaneous building structures.
            44115000 - Building fittings.
            44115800 - Building internal fittings.
            45320000 - Insulation work.
            45321000 - Thermal insulation work.
            31625100 - Fire-detection systems.
            31625200 - Fire-alarm systems.
            35111500 - Fire suppression system.
            44221220 - Fire doors.
            44480000 - Miscellaneous fire-protection equipment.
            44482000 - Fire-protection devices.
            45312100 - Fire-alarm system installation work.
            45343000 - Fire-prevention installation works.
            45343100 - Fireproofing work.
            51700000 - Installation services of fire protection equipment.
            75251110 - Fire-prevention services.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Contracts issued under this Lot will allow NHG to appoint contractors to support in NHG's Building Safety programme. This lot will focus on the replacement of deficient external wall systems including but not limited to removing combustible materials and reinstating non-combustible materials and replacing defective fire barriers. This lot may also include the delivery of wider capital works such as those covered by Lot 1A and Lot 1B and Fire Risk Assessment remedial works.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Building Safety - Cladding Remediation Only   
      Lot No:2B

      II.2.2) Additional CPV code(s):
            44212381 - Cladding.
            45262650 - Cladding works.
            45443000 - Facade work.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Contracts placed under this Lot will allow NHG to appoint contractors to support in NHG's Building Safety programme. This lot will focus solely on the replacement of deficient external wall systems including, but not limited to, removing combustible materials and reinstating non-combustible materials, replacing defective fire barriers and all other associated works.. This lot will not incorporate wider capital works.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Fire Risk Assessment Remediation Works - Passive Fire Safety   
      Lot No:3A

      II.2.2) Additional CPV code(s):
            35111500 - Fire suppression system.
            44221220 - Fire doors.
            44482000 - Fire-protection devices.
            45343000 - Fire-prevention installation works.
            45343100 - Fireproofing work.
            51700000 - Installation services of fire protection equipment.
            75251110 - Fire-prevention services.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Contracts placed under this Lot will specifically relate to passive fire safety works. This will include, but not be limited to, maintenance, repair and/or improvement of the building to address any breaches in compartmentation. This would normally include installation of and/or repairs to doors, installation of fire safety signage (including wayfinding signage), filling penetration breaches and introducing additional compartmentation in void spaces such as lofts and service riser cupboards where recommended by our fire risk assessors

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: Additional information detailing the breakdown of the estimated value of this Lot is available in the Information for Tenderers document included with this notice.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Fire Risk Assessment Remediation Works - Passive Fire Safety   
      Lot No:3B

      II.2.2) Additional CPV code(s):
            31625100 - Fire-detection systems.
            31625200 - Fire-alarm systems.
            35111500 - Fire suppression system.
            44480000 - Miscellaneous fire-protection equipment.
            45312100 - Fire-alarm system installation work.
            45343000 - Fire-prevention installation works.
            31518200 - Emergency lighting equipment.
            38431200 - Smoke-detection apparatus.
            42521000 - Smoke-extraction equipment.
            39714110 - Extraction ventilators.
            42520000 - Ventilation equipment.
            75251110 - Fire-prevention services.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Contracts placed under this Lot will specifically relate to active fire safety works. This will include, but not be limited to, major improvements and/or installations of fire safety equipment (such as fire detection systems, automatic opening vents etc), installations and maintenance of emergency lighting to meet statutory requirements or to address a risk/hazard identified by our fire risk assessors.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: Additional information detailing the breakdown of the estimated value of this Lot is available in the Information for Tenderers document included with this notice.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2022/S 000-000716
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: 1    
   Title: Lot 1A – Planned Investment - Building Envelope and Communal Spaces

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2022 - 000716


Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 1    
   Title: Lot 1B – Planned Investment - Kitchen and Bathroom Replacements

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2022 - 000716


Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: 2    
   Title: Lot 2A – Building Safety – Cladding Remediation and Wider Capital Works

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2022 - 000716


Award Of Contract (No.4)

   Contract No: 4    
   Lot Number: 2    
   Title: Lot 2B – Building Safety – Cladding Remediation

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2022 - 000716


Award Of Contract (No.5)

   Contract No: 5    
   Lot Number: 3    
   Title: Lot 3A – Fire Risk Assessment Remediation Works - Passive Fire Safety

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             ABCA Systems Limited, 06294877
             Unit 24 Mylord Crescent,, Camperdown Ind Estate, Killingworth, NE12 5UJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Cablesheer (Asbestos) Limited, 04353201
             Unit 3 Fitzroy Business Park,, Sandy Lane, Sidcup, DA145NL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Harmony Fire Limited, 10427303
             Clarence House Watercombe Lane, Lynx Trading Estate, Yeovil, BA20 2SU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Intrinsic Fire Protection Limited, 10253996
             Causeway House,, 1 Dane Street,, Bishops, Stortford, CM23 3BT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             KBH Building Services Limited, 09142184
             13-17 High Beech Road,, Loughton, IG10 4BN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             RAAM Construction Limited, 05934914
             Unit 8 Queensway, Enfield, EN3 4SB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Trail Services (UK) Limited, 05057190
             Unit F14, Northfleet Industrial Estate, Lower Road, Northfleet, DA11 9SW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 32,000,000          
         Total value of the contract/lot: 32,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: 6    
   Lot Number: 3    
   Title: Lot 3B – Fire Risk Assessment Remediation Works - Active Fire Safety

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             ABCA Systems Limited, 06294877
             Unit 24 Mylord Crescent,, Camperdown Ind Estate, Killingworth, NE12 5UJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             CCSS Fire & Security Limited, 03543850
             4 Swanbridge Industrial Park, Black Croft Road, Witham, CM8 3YN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Harmony Fire Limited, 10427303
             Clarence House Watercombe Lane, Lynx Trading Estate, Yeovil, BA20 2SU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Millwood Servicing Limited, 02840052
             Kings Parade, Lower Coombe Street, Croydon, CR0 1AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             RAAM Construction Limited, 05934914
             Unit 8 Queensway, Enfield, EN3 4SB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             RGE Services Limited, 03305853
             The Nurseries Gravel Lane,, Chigwell, Essex, IG7 6BZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 32,400,000          
         Total value of the contract/lot: 32,400,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: We are of the view that the proposed framework length & option to extend beyond four years in this case is an “exceptional case” for the purposes of Reg 33(3) of the PCRs 2015: 1 - NHG is working towards meeting EPC-C by 2030 & it is critical to NHG that we build & maintain strong relationships with the members of this framework, to work together to meet the challenges ahead. We expect this period to exceed the standard 4-year term for frameworks under the PCRs 2015. 2 - NHG are setting out a new approach to delivering long term social value through the framework & believe that a long-term partnering approach is the only way to achieve this.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=768538317

   VI.4) Procedures for review

      VI.4.1) Review body
          The Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures: Not Provided Precise information on deadline(s) for review procedures: In accordance with Regulation 86 (notices of decisions to award a contract or conclude a Framework Agreement); regulation 87 (standstill period) and the other relevant provisions of the Public Contracts Regulations 2015, following any decision to award a contract or contracts the Contracting Authority will be providing debriefing information to unsuccessful bidders and observe a minimum 10 day standstill period before the contracts are entered into. Notting Hill Genesis reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this notice.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 25/05/2023