Notting Hill Genesis is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Contractor Framework for Development Programme |
Notice type: | Contract Notice |
Authority: | Notting Hill Genesis |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Notting Hill Genesis (NHG) is procuring a framework of contractors to support a development programme for the delivery of new homes across London. |
Published: | 09/09/2021 16:50 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Notting Hill Genesis
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
Tel. +44 2038150000, Email: Declan.Burns@nhg.org.uk
Contact: Declan Burns
Main Address: https://www.nhg.org.uk, Address of the buyer profile: https://www.nhg.org.uk/about-us/
NUTS Code: UKI
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: Yes.
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./F934TKHMA7
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: Contractor Framework for Development Programme
Reference Number: PROC1170
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 procuring a framework of contractors to support a development programme for the delivery of new homes across London.
II.1.5) Estimated total value:
Value excluding VAT: 2,500,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
45211350 - Multi-functional buildings construction work.
45211360 - Urban development construction work.
45215210 - Construction work for subsidised residential accommodation.
45215214 - Residential homes construction work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Notting Hill Genesis is seeking to appoint a framework of contractors, to provide a range of construction/development works and services to NHG, other companies in the NHG Group, and other third party framework users. The works and services provided via the framework will primarily support the delivery of new homes across London. Successful contractors will be appointed via a Framework Agreement.
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: 2,500,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 30
Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/F934TKHMA7
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:
There are specific professional memberships/accreditations required to participate in this procurement — Please refer to procurement documentation for full detail.
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: 24
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: NHG wish to work collaboratively using longer term relationships with the framework members to meet challenges of the forthcoming changes to laws and regulations for fire and building safety, which will likely exceed a 4-year period. The number/value of opportunities are not guaranteed, therefore a longer period will provide framework members an opportunity to gain a return on the investment.
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: No
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: 15/10/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 10/01/2022
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:
Duration in month(s): 6
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 Yes
Electronic payment will be used Yes
VI.3) Additional Information: ABOUT US: Notting Hill Genesis (NHG) is one of the leading housing associations and residential developers in the Greater London area. Following the 2018 merger between Notting Hill Housing and Genesis Housing Association, NHG now manages over 64,000 homes across London and the South East. NHG is maintaining a strong development pipeline of residential and mixed-use sites, targeting the delivery of 20,000 new homes over a 10-year period.
FRAMEWORK USERS: 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 http://www.nhggroup.org.uk/terms-conditions/current-members-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 affordable housing that is developing a site within the Greater London area. This will be at NHG’s sole discretion and may be subject to payment of a usage fee. 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.
FRAMEWORK VALUE: Applicants should note that the estimated value of the Framework Agreement given in this Notice is based on NHG's current anticipated requirements. NHG cannot give any guarantees that works totalling this value will in fact be called off from this framework. Equally, the total value may increase, either if NHG’s own requirements increase unexpectedly or if the framework is used by other contracting authorities as noted above.
REQUIREMENTS FOR PARTICIPATION: Any supplier submitting a tender response must be able to demonstrate that it meets NHG’s minimum requirements for participation, in order for its tender response to be evaluated by NHG. Details of the minimum requirements for participation are set out in the ITT. We encourage any supplier considering submitting a tender response to first satisfy themselves that they can meet these minimum requirements, prior to investing time in producing a tender response. In the event that any supplier is unsure about their ability to meet the minimum requirements or wishes to seek clarification about the minimum requirements, the supplier should contact NHG as soon as possible via the clarification process set out in the ITT.
NUMBER OF FRAMEWORK MEMBERS: NHG currently intends to appoint 24 Tenderers to the framework as an outcome of this procurement process. However, we reserve the right to appoint either more or less than 24 Tenderers at our sole discretion.
ANTICIPATED WORKS PIPELINE: For information about the development projects which NHG anticipates letting over the coming years, see the ITT.
OTHER: NHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. NHG will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their tender submissions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./F934TKHMA7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/F934TKHMA7
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Court of Justice
The Royal Court 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:
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 lodging of appeals may be obtained:
Crown Commercial Service
70 Whitehall, London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 09/09/2021
Annex A
View any Notice Addenda
UK-London: Construction work.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Notting Hill Genesis
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
Tel. +44 2038150000, Email: Declan.Burns@nhg.org.uk
Contact: Declan Burns
Main Address: https://www.nhg.org.uk, Address of the buyer profile: https://www.nhg.org.uk/about-us/
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Contractor Framework for Development Programme Reference number: PROC1170
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 procuring a framework of contractors to support a development programme for the delivery of new homes across London.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 09/09/2021
VI.6) Original notice reference:
Notice Reference: 2021 - 347141
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 09/09/2021
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.2.3)
Lot No: Not provided
Place of text to be modified: II.2.3)
Instead of: Place of performance:
UKI LONDON
Read: Place of performance:
UKI LONDON, UKH (EAST OF ENGLAND), UKJ (SOUTH EAST (ENGLAND))
VII.1.2) Text to be corrected in original notice No: 2
Section Number: VI.3)
Lot No: Not provided
Place of text to be modified: VI.3)
Instead of: VI.3) Additional Information: ABOUT US: Notting Hill Genesis (NHG) is one of the leading housing associations and residential developers in the Greater London area. Following the 2018 merger between Notting Hill Housing and Genesis Housing Association, NHG now manages over 64,000 homes across London and the South East. NHG is maintaining a strong development pipeline of residential and mixed-use sites, targeting the delivery of 20,000 new homes over a 10-year period .
FRAMEWORK USERS: 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 http://www.nhggroup.org.uk/terms-conditions/current-members-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 affordable housing that is developing a site within the Greater London area . This will be at NHG’s sole discretion and may be subject to payment of a usage fee . 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.
FRAMEWORK VALUE: Applicants should note that the estimated value of the Framework Agreement given in this Notice is based on NHG's current anticipated requirements. NHG cannot give any guarantees that works totalling this value will in fact be called off from this framework. Equally, the total value may increase, either if NHG’s own requirements increase unexpectedly or if the framework is used by other contracting authorities as noted above.
REQUIREMENTS FOR PARTICIPATION: Any supplier submitting a tender response must be able to demonstrate that it meets NHG’s minimum requirements for participation, in order for its tender response to be evaluated by NHG. Details of the minimum requirements for participation are set out in the ITT . We encourage any supplier considering submitting a tender response to first satisfy themselves that they can meet these minimum requirements, prior to investing time in producing a tender response. In the event that any supplier is unsure about their ability to meet the minimum requirements or wishes to seek clarification about the minimum requirements, the supplier should contact NHG as soon as possible via the clarification process set out in the ITT .
NUMBER OF FRAMEWORK MEMBERS: NHG currently intends to appoint 24 Tenderers to the framework as an outcome of this procurement process. However, we reserve the right to appoint either more or less than 24 Tenderers at our sole discretion.
ANTICIPATED WORKS PIPELINE: For information about the development projects which NHG anticipates letting over the coming years, see the ITT .
OTHER: NHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. NHG will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their tender submissions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./F934TKHMA7
Read: VI.3) Additional Information: ABOUT US: Notting Hill Genesis (NHG) is one of the leading housing associations and residential developers in the Greater London area. Following the 2018 merger between Notting Hill Housing and Genesis Housing Association, NHG now manages over 66,000 homes across London and the South East. NHG is maintaining a strong development pipeline of residential and mixed-use sites, targeting the delivery of 7,000 new homes over the next 5 years.
FRAMEWORK USERS: 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 . There will be no usage fee for other contracting authorities to use the framework. 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.
FRAMEWORK VALUE: Applicants should note that the estimated value of the Framework Agreement given in this Notice is based on NHG's current anticipated requirements. NHG cannot give any guarantees that works totalling this value will in fact be called off from this framework. Equally, the total value may increase, either if NHG’s own requirements increase unexpectedly or if the framework is used by other contracting authorities more extensively than anticipated.
REQUIREMENTS FOR PARTICIPATION: Any supplier submitting a tender response must be able to demonstrate that it meets NHG’s minimum requirements for participation, in order for its tender response to be evaluated by NHG. Details of the minimum requirements for participation are set out in the SQ. We encourage any supplier considering submitting a tender response to first satisfy themselves that they can meet these minimum requirements, prior to investing time in producing a tender response. In the event that any supplier is unsure about their ability to meet the minimum requirements or wishes to seek clarification about the minimum requirements, the supplier should contact NHG as soon as possible via the clarification process set out in the SQ.
NUMBER OF FRAMEWORK MEMBERS: NHG currently intends to appoint 24 Tenderers to the framework as an outcome of this procurement process. However, we reserve the right to appoint either more or less than 24 Tenderers at our sole discretion.
ANTICIPATED WORKS PIPELINE: For information about the development projects which NHG anticipates letting over the coming years, see the SQ.
OTHER: NHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. NHG will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their tender submissions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./F934TKHMA7
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./F934TKHMA7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/F934TKHMA7
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Notting Hill Genesis
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
Tel. +44 2038150000, Email: Declan.Burns@nhg.org.uk
Contact: Declan Burns
Main Address: https://www.nhg.org.uk, Address of the buyer profile: https://www.nhg.org.uk/about-us/
NUTS Code: UKI
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: Yes
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: Contractor Framework for Development Programme
Reference number: PROC1170
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 procuring a framework of contractors to support a development programme for the delivery of new homes across London.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,500,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
45211350 - Multi-functional buildings construction work.
45211360 - Urban development construction work.
45215210 - Construction work for subsidised residential accommodation.
45215214 - Residential homes construction work.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKI - LONDON
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
LONDON
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Notting Hill Genesis is seeking to appoint a framework of contractors, to provide a range of construction/development works and services to NHG, other companies in the NHG Group, and other third party framework users. The works and services provided via the framework will primarily support the delivery of new homes across London. Successful contractors will be appointed via a Framework Agreement.
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 . There will be no usage fee for other contracting authorities to use the framework. 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
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
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: 26 contractors have been appointed to the Framework. In section V.2.3 we have listed the Contractors which have been appointed. We have stated that the contractors have bid as a group. This is however to allow us to list multiple contractors appointed to the Framework. Where a contractor has bid as a group of economic operators this is stated alongside the relevant contractor.
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: Yes
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: 2021/S 000-022464
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: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/06/2022
V.2.2) Information about tenders
Number of tenders received: 26
Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 24
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Ardmore Construction Limited, 01185592
6 Wharf Studios, 28 Wharf Road, London, N1 7GR, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
ARJ Construction Limited, 05537501
Bedford House Rutherford Close, Meadway Technology Park, Stevenage, Hertfordshire, SG1 2EF, United Kingdom
NUTS Code: UKH23
The contractor is an SME: No
Contractor (No.3)
Bennett (Construction) Limited, IE253920
Forest Park, Mullingar, Westmeath, N91E1WD, Ireland
NUTS Code: IE
The contractor is an SME: Yes
Contractor (No.4)
Bennett Construction (London) Limited (Consortium Member to Bennett (Construction) Limited), 12659840
2nd Floor 49-51 Central Street, London,, EC1V 8AB, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
Bennett Management Contractors (GB) Limited (Consortium Member to Bennett (Construction) Limited), 9512844
2nd Floor 49-51 Central Street, london, EC1V 8AB, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.6)
Bugler Developments Limited, 01577251
Bugler House, 25 High Street, Rickmansworth, WD3 1ET, United Kingdom
NUTS Code: UKH23
The contractor is an SME: No
Contractor (No.7)
Claritas Group Ltd, 08920949
T Bromley 2nd Floor, 15 London Road, Bromley, BR1 1DE, United Kingdom
NUTS Code: UKI61
The contractor is an SME: Yes
Contractor (No.8)
Countryside Properties (UK) Limited, 00614864
Countryside House, The Drive, Brentwood, CM13 3AT, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.9)
Durkan Limited, 00997195
4 Elstree Gate, Elstree Way, Borehamwood, WD6 1JD, United Kingdom
NUTS Code: UKH23
The contractor is an SME: No
Contractor (No.10)
EQUANS Regeneration Limited, 01738371
Shared Services Centre, Q3 Office Quorum Business Park, Benton Lane, Newcastle Upon Tyne, NE12 8EX, United Kingdom
NUTS Code: UKC22
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: 2,500,000,000
Total value of the contract/lot: 2,500,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/06/2022
V.2.2) Information about tenders
Number of tenders received: 26
Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 24
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Glenman Corporation Limited, IE210198
Merrion House, Tuam Road, Galway, H91PN59, Ireland
NUTS Code: IE
The contractor is an SME: Yes
Contractor (No.2)
Guildmore Ltd., 03517348
Kalamu House, 11 Coldbath Square, London, EC1R 5HL, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.3)
Henry Construction Projects Limited, 07282527
Parkway Farm, Church Road, Cranford, Middlesex, TW5 9RY, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
HG Construction Limited, 01617719
4 Hunting Gate, Hitchin, SG4 0TJ, United Kingdom
NUTS Code: UKH2
The contractor is an SME: No
Contractor (No.5)
Higgins Partnerships 1961 PLC, 00684617
One Langston Road, Loughton, IG10 3SD, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.6)
Hill Holdings Limited, 04202304
The Power House Gunpowder Mill, Powdermill Lane, Waltham Abbey, EN9 1BN, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.7)
Hill Partnerships Ltd (Consortium Member to Hill Holdings Limited), 02599073
The Power House Gunpowder Mill, Powdermill Lane, Waltham Abbey, EN9 1BN, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.8)
Hill Residential Ltd (Consortium Member to Hill Holdings Limited), 4251718
The Power House Gunpowder Mill, Powdermill Lane, Waltham Abbey, EN9 1BN, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.9)
J. Murphy & Sons Limited, 492042
Hiview House, Highgate Road, London,, NW5 1TN, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.10)
Jerram Falkus Construction Limited, 00820289
14 Anning St, London,, EC2A 3LQ, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,500,000,000
Total value of the contract/lot: 2,500,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/06/2022
V.2.2) Information about tenders
Number of tenders received: 26
Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 24
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
John Graham Construction Limited (T/A GRAHAM), NI003503
5 Ballygowan Road, Hillsborough, County Down, BT26 6HX, Ireland
NUTS Code: IE
The contractor is an SME: No
Contractor (No.2)
Lovell Partnerships Limited, 02387333
Kent House, 14 - 17 Market Place, London,, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
McLaren Construction Limited, 05377750
McLaren House, 100 Kings Road, Brentwood, CM14 4EA, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.4)
McLaren Construction (London) Limited (Consortium Member to McLaren Construction Limited), 9850564
McLaren House, 100 Kings Road, Brentwood, CM14 4EA, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.5)
McLaren Living Limited (Consortium Member to McLaren Construction Limited), 12114041
Leconfield House 3rd Floor East, Curzon Street, London,, W1J 5JA, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.6)
Mulalley & Co. Limited, 01534913
Teresa Gavin House, Woodford Avenue, Woodford Green, IG8 8FA, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.7)
Sherrygreen Homes Ltd (Consortium Member to Mulalley & Co. Limited), 5704320
Teresa Gavin House, Woodford Avenue, Woodford Green, IG8 8FA, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.8)
Real Contracting Limited, 13177464
8 Piries Place, Horsham, RH12 1EH, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: Yes
Contractor (No.9)
Real Regeneration Limited (Consortium Member to Real Contracting Limited), 13177645
8 Piries Place, Horsham, RH12 1EH, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: Yes
Contractor (No.10)
Thomas Sinden Limited, 3308698
137 - 145 Church Road, Harold Wood, Romford, RM3 0SH, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,500,000,000
Total value of the contract/lot: 2,500,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/06/2022
V.2.2) Information about tenders
Number of tenders received: 26
Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 24
Number of tenders received by electronic means: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Vistry Partnerships Limited, 800384
11 Tower View, Kings Hill, West Malling, ME19 4UY, United Kingdom
NUTS Code: UKJ4
The contractor is an SME: No
Contractor (No.2)
Wates Construction Limited, 1977948
Wates House, Station Approach, Leatherhead,, KT22 7SW, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
Contractor (No.3)
Wates Group Limited (Consortium Member to Wates Construction Limited), 1824828
Wates House, Station Approach, Leatherhead, KT22 7SW, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
Contractor (No.4)
Wates Residential Limited (Consortium Member to Wates Construction Limited), 13453218
Wates House, Station Approach, Leatherhead, KT22 7SW, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
Contractor (No.5)
Wates Residential Construction Limited (Consortium Member to Wates Construction Limited), 13458439
Wates House, Station Approach, Leatherhead, KT22 7SW, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
Contractor (No.6)
Wates Residential Development Limited (Consortium Member to Wates Construction Limited), 13458441
Wates House, Station Approach, Leatherhead, KT22 7SW, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
Contractor (No.7)
Willmott Dixon Construction Limited, 768173
Suite 201 The Spirella Building, Bridge Road, Letchworth Garden City, SG6 4ET, United Kingdom
NUTS Code: UKH23
The contractor is an SME: No
Contractor (No.8)
Bouygues (U.K.) Limited, 3460378
Becket House, 1 Lambeth Palace Road, London, SE1 7EU, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.9)
BY Development Limited (T/A Linkcity) (Consortium Member to Bouygues (U.K.) Limited), 6569580
Becket House, 1 Lambeth Palace Road, London, SE1 7EU, United Kingdom
NUTS Code: UKI
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: 2,500,000,000
Total value of the contract/lot: 2,500,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: FRAMEWORK VALUE: The estimated value of the Framework Agreement specified in sections II.1.7 and V.2.4 in this Notice is the value for the overall framework. This value is based on NHG's current anticipated requirements. NHG cannot give any guarantees that works totalling this value will in fact be called off from this framework. Equally, the total value may increase, either if NHG’s own requirements increase unexpectedly or if the framework is used by other contracting authorities more extensively than anticipated.
Please note the contractors who have been awarded to the framework are not listed in order of their scoring. As there are multiple contractors, the date in section V.2.1 is the date the first contractor signed the Framework Agreement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=697652143
VI.4) Procedures for review
VI.4.1) Review body
The Royal Court of Justice
The Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
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
Crown Commercial Service
70 Whitehall, London, United Kingdom
VI.5) Date of dispatch of this notice: 30/06/2022