Sovereign Network Homes: EMPLOYERS AGENT AND PRINCIPAL DESIGNER FRAMEWORK

  Sovereign Network Homes is using Delta eSourcing to run this tender exercise

Notice Summary
Title: EMPLOYERS AGENT AND PRINCIPAL DESIGNER FRAMEWORK
Notice type: Contract Notice
Authority: Sovereign Network Homes
Nature of contract: Services
Procedure: Restricted
Short Description: A Framework to provide Employers Agent, Cost Consultancy and Principal Designer Services in London, Herts and the surrounding areas of SE England.
Published: 16/04/2020 08:42
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 consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Network Homes
             Olympic Office Centre, 8 Fulton Road, London, HA9 0NU, United Kingdom
             Tel. +44 2087824397, Email: procurement@networkhomes.org.uk
             Main Address: https://www.networkhomes.org.uk
             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: 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-consultancy-services./27BY996M99
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./27BY996M99 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: EMPLOYERS AGENT AND PRINCIPAL DESIGNER FRAMEWORK       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71530000 - Construction consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: A Framework to provide Employers Agent, Cost Consultancy and Principal Designer Services in London, Herts and the surrounding areas of SE England.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Employers Agent, cost consultancy and Principal Designer services.
      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: 6,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 14
            
      Objective criteria for choosing the limited number of candidates: As set out 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/27BY996M99       


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 set out 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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      As set out in the framework documentation          
      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: 10               
         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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 01/06/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 24/06/2020       
      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): 5
      
      

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: Network Homes wishes to establish a Framework Agreement for the provision of Employers Agent and Principal Designer Services.
We are one of the UK’s leading housing associations with over 40 years’ experience developing award winning homes. A member of the G15 group of London’s largest housing associations, we own and manage over 20,000 homes across London, Hertfordshire and the South East. We love to build homes and we take great pride in the quality of the homes we deliver. We develop homes for a variety of affordable tenures including social, affordable and intermediate rents, shared ownership and rent to buy products. We also develop homes for market sale and for market rent. We also manage and develop a ranges of tenures for older people.
We have a strong track record of development and regeneration, with an ambitious growth strategy of 5,000 new homes over the next 5 years and secure development pipeline of approximately 2,500 homes. We have strong relationships with Homes England, the GLA, and Local Authorities across our operational area.
Network Homes’ Growth Strategy sets out our ambition to deliver 1,000 units a year within London and Hertfordshire which will be delivered through three procurement routes: land, S106 opportunities and package deals and this framework will help us deliver this.
We have and maintain an impressive pipeline of development opportunities, with schemes of varying scales, ranging from garage site redevelopments, neighbourhood-transforming regeneration schemes, land-led residential developments of 100 units+, up to significant mixed use opportunities including a 575 unit residential-led development in Southall and a 1,600 unit placemaking scheme at Northwick Park. Where the opportunity is right, we look at the potential for joint ventures.
We usually have between fifteen and twenty development sites between the stages of offer accepted and exchange and expect this rate to remain constant over the framework period.
We currently have 18 projects on site, with more due to commence in the coming months. The majority of these projects are land led, with the remainder being made up of S106 development agreements and package deals.
Under the Framework Agreement Network Homes will have the option to call-off contracts as and when services are required.
The Services required are set out in the Schedule of Services in the Tender Documents pack.
We will appoint 9 or 10 consultancies. Criteria are set out in the documents.

Other Social Housing Providers in the UK (both those that are in existence now and those that may come into existence during the term of the Framework Agreement) may also be entitled to call-off contracts under the Framework Agreement. “Social Housing Provider” for this purpose means any provider of social housing and includes Registered Providers (as listed on the Gov.UK Website: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing), and may include Local Authorities and ALMO's. Applicants should note that, under the Framework Agreement, no organisation that is entitled to call-off shall be under any obligation to do so neither does any Social Housing Provider have the automatic right to do so without direct permission from Network Homes Ltd.
Where other “Social Housing Providers” have instructed call-off contracts under this Framework Agreement, the value of the Framework stipulated in II.2.6) may increase over its 4 year duration.
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./27BY996M99

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/27BY996M99
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court
       Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Network Homes
          Olympic Office Centre, 8 Fulton Road, Wembley, HA9 0NU, United Kingdom
          Tel. +44 208078204312
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will observe a minimum 10 calendar day standstill period from the day of communication to the tenderers of the authority's intended award decision.
There is no right of appeal to the Contracting Authority and instead the UK Public Contracts Regulations 2015 provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach unless an extension is agreed by the Courts.
Full information regarding appeals can be obtained from the body responsible for the appeal procedure as stated in VI.4.1    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          High Court
       Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 16/04/2020

Annex A


View any Notice Addenda

View Award Notice

UK-Wembely: Construction consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Network Homes
       The Hive, 22 Wembley Park Boulevard, Wembely, HA9 0HP, United Kingdom
       Tel. +44 2087824397, Email: procurement@networkhomes.org.uk
       Main Address: https://www.networkhomes.org.uk
       NUTS Code: UKI6

   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: EMPLOYERS AGENT AND PRINCIPAL DESIGNER FRAMEWORK            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71530000 - Construction consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: A Framework to provide Employers Agent, Cost Consultancy and Principal Designer Services in London, Herts and the surrounding areas of SE England.

      II.1.6) Information about lots
         This contract is divided into lots: No
                                                                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Employers Agent, cost consultancy and Principal Designer services.

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/27BY996M99


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: 2020/S 76-181060
      
   

   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: 02/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             AECOM Limited, 01846493
             AECOM Limited, Aldgate Tower, 2 Leman Street, London, E1 8FA, United Kingdom
             Email: Paul.houghton@aecom.com
             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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         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: 02/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Baily Garner LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             Email: PQQ_tenders@bailygarner.co.uk
             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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         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: 02/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Calfordseaden LLP, OC315838
             Devonshire House, 60 Goswell Road, London, EC1M7AD, United Kingdom
             Email: jharrod@calfordseaden.com
             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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         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: 02/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             John Rowan and Partners LLP, OC302030
             Craven House, 40 Uxbridge Road, London, W5 2BS, 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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.5)

   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: 02/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Mace Cost Consultancy Limited, 05032803
             155 Moorgate, London, EC2M 6XB, 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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.6)

   Contract No: 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: 02/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Madlins LLP, OC399639
             Nova Scotia House, 70 Goldsworth Road,, Woking, GU21 6LQ, United Kingdom
             Email: n.clark@madins.co.uk
             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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.7)

   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: 02/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             PRP Architects LLP, OC361169
             Ferry Works Summer Road, Thammes Ditton, Surry, KT7 0Q7, United Kingdom
             Email: opportunites@prp-co.uk
             NUTS Code: UKJ2
            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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.8)

   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: 02/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Rund Partnership Limited, 03484620
             16 East Links, Tollgate,, Chandlers Ford, Hampshire, SO53 3TG, United Kingdom
             Email: paulb@rund.co.uk
             NUTS Code: UKJ3
            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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.9)

   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: 02/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Silver DCC Limited, 08952016
             80 Cannon Street, London, EC4N 6HL, United Kingdom
             NUTS Code: UKI4
            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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.10)

   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: 02/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Hunters & Partners limited, 02290829
             Space One, Beadon Road, London, W6 0EA, United Kingdom
             Email: d.capel@hunters.co.uk
             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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

   VI.3) Additional information: Network Homes is to establish a Framework Agreement for the provision of Employers Agent and Principal Designer Services.
THIS FRAMEWORK IS NOW AWARDED
Other Social Housing Providers in the UK (both those that are in existence now and those that may come into existence during the term of the Framework Agreement) may also be entitled to call-off contracts under the Framework Agreement. SEE ORIGINAL OJEU NOTICE FOR FULL DETAILS
Where other “Social Housing Providers” have instructed call-off contracts under this Framework Agreement, the value of the Framework stipulated in II.2.6) may increase over its 4 year duration.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=550284008

   VI.4) Procedures for review

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

      VI.4.2) Body responsible for mediation procedures
          Network Homes
          Olympic Office Centre, 8 Fulton Road, Wembley, HA9 0NU, United Kingdom
          Tel. +44 208078204312

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Contracting Authority will observe a minimum 10 calendar day standstill period from the day of communication to the tenderers of the authority's intended award decision.
There is no right of appeal to the Contracting Authority and instead the UK Public Contracts Regulations 2015 provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach unless an extension is agreed by the Courts.
Full information regarding appeals can be obtained from the body responsible for the appeal procedure as stated in VI.4.1

      VI.4.4) Service from which information about the review procedure may be obtained
          High Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom

   VI.5) Date of dispatch of this notice: 07/01/2021