Notting Hill Genesis: Electrical Safety Framework

  Notting Hill Genesis has published this notice through Delta eSourcing

Notice Summary
Title: Electrical Safety Framework
Notice type: Prior Information Notice
Authority: Notting Hill Genesis
Nature of contract: Not applicable
Procedure: Not applicable
Short Description:
Published: 31/05/2023 15:41

View Full Notice

UK-London: Electrical installation work.


Preliminary Questions
   This notice is for prior information only: Yes
   This notice aims at reducing time-limits for receipt of tenders: No
   This notice is a call for competition: No
         
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 3330003000, Email: nicole.ward@nhg.org.uk
       Contact: Nicole Ward
       Main Address: www.nhg.org.uk
       NUTS Code: UK
      Specifications and additional documents: As Above
I.2) Joint procurement:
   The contract involves joint procurement: No.
   The contract is awarded by a central purchasing body: No .

I.3) Communication          
   Further information can be obtained from: the above mentioned address

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 - 1
   II.1.1) Title: Electrical Safety Framework    
          Reference number: PROC1588
   II.1.2) Common Procurement Vocabulary:       
      45310000 - Electrical installation work.
   II.1.3) Type of contract: WORKS
   II.1.4) Short description:    
      Notting Hill Genesis (NHG) is looking to put in place contracts relating to its electrical safety testing works. NHG are looking to create a single lot framework as set out in this PIN. However, NHG is looking to gain feedback and market intelligence to further refine this plan. We intend to start the procurement in July 2023, with the new framework commencing in January 2024. Interested suppliers are invited to register their interest and complete a short survey https://forms.microsoft.com/e/pn3ev4h6gJ . Further details of the procurement will be provided to suppliers that have registered their interest through the questionnaire. This PIN constitutes a market engagement opportunity. Not registering your interest via the survey will not preclude you from bidding for this opportunity following the publication of the Contract Notice.          
   II.1.5) Estimated total value:       
      Value excluding VAT (give figures only) : 16,000,000 - GBP
   II.1.6) Information about lots:
      This contract is divided into lots: Yes          
      Maximum number of lots that may be awarded to one tenderer: 1       
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not Provided

II.2) Lot Description : 1    
   II.2.1) Title: Electrical Safety Testing
         Lot Number: 1          
   II.2.2) Additional CPV code(s):       
      45310000 - Electrical installation work.          
      45311000 - Electrical wiring and fitting work.          
      45317000 - Other electrical installation work.          
      45311100 - Electrical wiring work.          
      45311200 - Electrical fitting work.          
      45312000 - Alarm system and antenna installation work.          
      39710000 - Electrical domestic appliances.          
      45315100 - Electrical engineering installation works.          
      50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.          
      50710000 - Repair and maintenance services of electrical and mechanical building installations.          
      50711000 - Repair and maintenance services of electrical building installations.          
      51100000 - Installation services of electrical and mechanical equipment.          
      51110000 - Installation services of electrical equipment.       
   II.2.3) Place of performance:       
      Region Codes:               
         UKH - EAST OF ENGLAND          
         UKI - LONDON          
         UKJ - SOUTH EAST (ENGLAND)          
         UK - UNITED KINGDOM    
   II.2.4) Description of the procurement:       
      NGH are looking to procure a single lot framework for Electrical Safety Testing. This will include; •5 year domestic EICR programme of circa 45,000 properties •5 year communal EICR programme of circa 5,000 properties •Remedial works required to achieve a pass for the above EICR inspections •Renewal of smoke detection systems that will expire prior to the next EICR •Replacement of CO alarms that will expire prior to next EICR    
   II.2.14) Additional information       
      Not Provided

II.3) Estimated Date of publication
         30/06/2023
      
      
Section IV: Procedure   

IV.1) Description       
   IV.1.8) Information about Government Procurement Agreement (GPA )
         The contract is covered by the Government Procurement Agreement (GPA) - NO

Section VI: Complementary Information    
VI.3) Additional Information:       
   Proposed Framework: As part of the procurement process NHG wishes to carry out pre-procurement market engagement to seek views from the market about its proposals before the formal launch of the procurement through the issue of a Contract Notice on the Find a Tender Service. NHG ‘s current proposed strategy is to award a multiple-supplier Framework Agreement with a single Lot. Currently, it is proposed that the framework duration will be up to 8 years (with an initial 4-year term, which can be extended by 2 periods of 2 years each). The length of the call off contracts will differ dependent on the scope of works. ABOUT US: Notting Hill Genesis is one of the largest housing associations in the country, with more than 66,000 homes across London and the south-east. We provide homes across a range of tenures and are committed to delivering housing that is affordable for all. We build and maintain quality homes, creating diverse and thriving communities. This is our primary purpose and everything else we do supports that. For more information, visit www.nhg.org.uk. PROCUREMENT PROCESS: NHG may elect (at its discretion) to proceed with the procurement of the proposed framework. When the procurement proceeds, a contract notice will be issued in the Find a Tender Service which suppliers will be required to respond to if they wish to bid for the opportunity. We intend to follow the two-stage, Restricted Procedure. The Selection Questionnaire (SQ) stage is likely to start in early July 2023, with around 5 weeks allowed for bidders to respond. The Invitation to Tender (ITT) stage is likely to start in September 2023, with around 5 weeks allowed for bidders to respond. The procurement timetable will be confirmed to bidders once the SQ stage begins. FRAMEWORK VALUE: The estimated value of the Framework Agreement given in this Notice is based on NHG's current anticipated requirements and on the maximum potential length of any call-off contracts. NHG cannot give any guarantees that works totalling this value will in fact be called off from this framework. All information in this PIN (including but not limited to lot structure, values, services) is not a firm commitment and may be subject to change following market engagement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=782582476
GO-2023531-PRO-23090922 TKR-2023531-PRO-23090921        

VI.5) Date Of Dispatch Of This Notice: 31/05/2023

View any Notice Addenda

Electrical Safety Framework

UK-London: Electrical installation work.
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 3330003000, Email: nicole.ward@nhg.org.uk
             Contact: Nicole Ward
             Main Address: 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:-Electrical-installation-work./G6H4YN678V
      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: Electrical Safety Framework       
      Reference Number: PROC1588
      II.1.2) Main CPV Code:
      45310000 - Electrical installation work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Notting Hill Genesis (NHG) is looking to procure a Framework Agreement for the provisions of Electrical Safety Testing works. Works will be delivered across three regions, with call-off contracts issued for each one. The services will cover EICR testing and associated remedial work (both domestic and communal), domestic and communal heat and smoke detection, emergency lighting and PAT testing. Contractors will be required to provide all safety tests, inspections and certification including required remedial works to achieve compliance.

Please note the estimated total value includes third party spend.       
      II.1.5) Estimated total value:
      Value excluding VAT: 50,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: One lot only
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Electrical Safety Testing       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45310000 - Electrical installation work.
      45311000 - Electrical wiring and fitting work.
      45317000 - Other electrical installation work.
      45311100 - Electrical wiring work.
      45311200 - Electrical fitting work.
      45312000 - Alarm system and antenna installation work.
      39710000 - Electrical domestic appliances.
      45315100 - Electrical engineering installation works.
      50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      50711000 - Repair and maintenance services of electrical building installations.
      51100000 - Installation services of electrical and mechanical equipment.
      51110000 - Installation services of electrical equipment.
      
      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: NGH are looking to procure a single lot framework for Electrical Safety Testing. This will include but is not excluded to;
•5 year domestic EICR programme of circa 45,000 properties
•5 year communal EICR programme of circa 5,000 properties
•Remedial works required to achieve a pass for the above EICR inspections
•Renewal of smoke detection systems that will expire prior to the next EICR
•Replacement of CO alarms that will expire prior to next EICR

The framework will be a four plus four year framework with call off contracts for five years with the right to extend for a further five plus five years.
      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: 30,000,000       
      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:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      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 info on the breakdown of the estimated value of this Lot is available in the IFT document.       


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      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
      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: Not Provided    
   
   
   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: 2023/S 000 - 015453       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 11/08/2023
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 25/09/2023       
      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: 31/08/2024
      
      

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.

Proposed Framework: NHG ‘s are looking to create a multiple-supplier Framework Agreement with a single Lot. Currently, it is proposed that the framework duration will be up to 8 years (with an initial 4-year term, which can be extended by a period of 4 years each). The length of the call off contracts will differ dependent on the scope of works.

ABOUT US: Notting Hill Genesis is one of the largest housing associations in the country, with more than 66,000 homes across London and the south-east. We provide homes across a range of tenures and are committed to delivering housing that is affordable for all. We build and maintain quality homes, creating diverse and thriving communities. This is our primary purpose and everything else we do supports that. For more information, visit www.nhg.org.uk.

PROCUREMENT PROCESS: We will be following the two-stage, Restricted Procedure. The Selection Questionnaire (SQ) stage is starting in July 2023, with around 4 weeks allowed for bidders to respond. The Invitation to Tender (ITT) stage is likely to start in September 2023, with around 4 weeks allowed for bidders to respond. The procurement timetable can be found in the tender documents.

FRAMEWORK VALUE: The estimated value of the Framework Agreement given in this Notice is based on NHG's current anticipated requirements and on the maximum potential length of any call-off contracts. NHG cannot give any guarantees that works totalling this value will in fact be called off from this framework. All information in this Contract Notice (including but not limited to lot structure, values, services) is not a firm commitment and may be subject to change following market engagement.

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 Public Contracts Regulations 2015:

1.NHG has a 5-year EICR programme and may be required to procure additional suppliers beyond the typical 4 year term of the framework to deliver this.
2.NHG is setting out a new approach to delivering long term social value through the framework and believes 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:-Electrical-installation-work./G6H4YN678V

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/G6H4YN678V
   VI.4) Procedures for review
   VI.4.1) Review body:
             Notting Hill Genesis
       2 Killick street, London, N19FL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             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:    
    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: 14/07/2023

Annex A


View Award Notice

UK-London: Electrical installation work.

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 3330003000, Email: nicole.ward@nhg.org.uk
       Contact: Nicole Ward
       Main Address: 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: Electrical Safety Framework            
      Reference number: PROC1588

      II.1.2) Main CPV code:
         45310000 - Electrical installation work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Notting Hill Genesis (NHG) is looking to procure a Framework Agreement for the provisions of Electrical Safety Testing works. Works will be delivered across three regions, with call-off contracts issued for each one. The services will cover EICR testing and associated remedial work (both domestic and communal), domestic and communal heat and smoke detection, emergency lighting and PAT testing. Contractors will be required to provide all safety tests, inspections and certification including required remedial works to achieve compliance. Please note the estimated total value includes third party spend.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 50,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Electrical Safety Testing   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45310000 - Electrical installation work.
            45311000 - Electrical wiring and fitting work.
            45317000 - Other electrical installation work.
            45311100 - Electrical wiring work.
            45311200 - Electrical fitting work.
            45312000 - Alarm system and antenna installation work.
            39710000 - Electrical domestic appliances.
            45315100 - Electrical engineering installation works.
            50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
            50710000 - Repair and maintenance services of electrical and mechanical building installations.
            50711000 - Repair and maintenance services of electrical building installations.
            51100000 - Installation services of electrical and mechanical equipment.
            51110000 - Installation services of electrical equipment.


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

      II.2.4) Description of the procurement: NGH are looking to procure a single lot framework for Electrical Safety Testing. This will include but is not excluded to; •5 year domestic EICR programme of circa 45,000 properties •5 year communal EICR programme of circa 5,000 properties •Remedial works required to achieve a pass for the above EICR inspections •Renewal of smoke detection systems that will expire prior to the next EICR •Replacement of CO alarms that will expire prior to next EICR The framework will be a four plus four year framework with call off contracts for five years with the right to extend for a further five plus five years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality - full criteria breakdown can be found in the tender documents / Weighting: 70
                  
      Cost criterion - Name: Price - full criteria breakdown to be found in the tender documents / 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: Additional info on the breakdown of the estimated value of this Lot is available in the IFT document.

The estimated value is based on NHG's current anticipated requirements & the max potential length of any call-off contracts. NHG cannot give any guarantees that works totalling this value will in fact be called off from this framework


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: 2023/S 000-015453
      
   

   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: PROC1588    
   Lot Number: 1    
   Title: Lot 1 - Electrical Safety Framework

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 11
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Axis Europe PLC, 01991637
             Tramway House,, 3 Tramway Avenue,, London,, E15 4PN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             AJS Limited, 02944618
             Farley House, Kinvara Business Park, 22-42 Freshwater Road, Dagenham Essex, RM8 1RY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Evans and Shea Limited, 09365711
             37 Collier Row Lane, Romford, Essex, RM5 3BD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Fixatex Limited, 03998714
             Manufactory House, Bell Lane, Hertford, Hertfordshire, SG14 1BP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Niblock (Builders) Limited, 00633825
             43 – 45 Dorset Street, London, W1U 7NA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             OpenView Security Solutions Limited, 03376202
             OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             PiLON Limited, 05175644
             Suite 4b, Columbia Centre, Station Road, Bracknell, Berkshire, RG12 1LP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Propertyserve Building Solutions Limited, 02047493
             146 High Street, Billericay, Essex, CM12 9DF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             Purdy Contracts Limited, 01830283
             Brooklyn Lodge, Mott Street, London, E4 7RW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             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: 50,000,000          
         Total value of the contract/lot: 50,000,000
         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: 1    
   Title: Lot 1 - Electrical Safety Framework

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 11
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             The Wiggett Group Ltd, 09644698
             Unit 4, Clapgates Farm,, Warley Gap, Warley, Brentwood, CM13 3DS, 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: 50,000,000          
         Total value of the contract/lot: 50,000,000
         Currency: GBP

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

   VI.3) Additional information: The framework duration will be up to 8 years (4+4). Our rationale & justification for procuring a Framework for a longer period than 4 years, is we are of the view that the proposed framework length & 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.NHG has a 5-year EICR programme & may be required to procure additional suppliers beyond the typical 4 year term of the framework to deliver this. 2.NHG is setting out a new approach to delivering long term social value & believes 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=852430945

   VI.4) Procedures for review

      VI.4.1) Review body
          Notting Hill Genesis
          2 Killick street, London, N19FL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          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: Not Provided

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

   VI.5) Date of dispatch of this notice: 04/04/2024