Notting Hill Genesis: Fire Consultants Framework 2021

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

Notice Summary
Title: Fire Consultants Framework 2021
Notice type: Contract Notice
Authority: Notting Hill Genesis
Nature of contract: Services
Procedure: Restricted
Short Description: NHG is seeking expert fire professionals to provide consultancy services on fire safety & compliance matters. These services will be in respect of new-build residential & mixed use developments, existing residential & mixed use buildings. The services will pertain to the design, construction, refurbishment, maintenance, &/or management of these developments &existing buildings. The framework will be divided into 5 Lots with the intention that these will primarily be used by two different departments - Lots 1a, 1b &1c will primarily be used by the Building Safety Team & will primarily be for fire consultancy services for existing residential buildings. - Lots 2a & 2b will primarily be used by the Development Team & will primarily be for fire consultancy services for new developments. For the avoidance of doubt, any department or team within NHG may call off from any lot. The framework may also be used by other contracting authorities, as further described at section VI.3
Published: 18/05/2021 11:24
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: Building consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Notting Hill Genesis, United Kingdom
             Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
             Tel. +44 2038150000, Email: nicole.ward@nhg.org.uk
             Contact: Nicole Ward
             Main Address: www.nhg.org.uk, Address of the buyer profile: 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: 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:-Building-consultancy-services./9Y4NQ46U64
      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: Fire Consultants Framework 2021       
      Reference Number: PROC1199
      II.1.2) Main CPV Code:
      71315200 - Building consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: NHG is seeking expert fire professionals to provide consultancy services on fire safety & compliance matters. These services will be in respect of new-build residential & mixed use developments, existing residential & mixed use buildings. The services will pertain to the design, construction, refurbishment, maintenance, &/or management of these developments &existing buildings.

The framework will be divided into 5 Lots with the intention that these will primarily be used by two different departments
- Lots 1a, 1b &1c will primarily be used by the Building Safety Team & will primarily be for fire consultancy services for existing residential buildings.
- Lots 2a & 2b will primarily be used by the Development Team & will primarily be for fire consultancy services for new developments.

For the avoidance of doubt, any department or team within NHG may call off from any lot. The framework may also be used by other contracting authorities, as further described at section VI.3       
      II.1.5) Estimated total value:
      Value excluding VAT: 17,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      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: Lot 1 a - Building Safety Fire Engineering Consultancy Services       
      Lot No: 1a       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      71317100 - Fire and explosion protection and control consultancy services.
      71317200 - Health and safety services.
      71317000 - Hazard protection and control consultancy services.
      71317210 - Health and safety consultancy services.
      71315400 - Building-inspection services.
      71315300 - Building surveying services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: It is intended that this lot would be for Chartered Fire Engineers to undertake technical risk assessments of building elements and systems for regulatory compliance and fire safety (e.g., internal compartment walls, external walls, mechanical systems); remedial advice relating to fire safety defects with building elements and systems (e.g., external walls); expert witness services; advice about interim measures (e.g. fire detection systems, waking watch) and; the production of EWS1 forms to support residential lending activity.

Full Service Specification and use of the lots can be found in the 'Information Document' which forms part of the procurement documents.
      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: 4,500,000       
      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: Notting Hill Genesis reserves the right to extend this framework by a further period of up to 24 months (I.e. 4 years + 2 years). NHG considers that the option to extend the framework is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the Public Contracts Regulations 2015. This is due to A) regulatory uncertainty and change over the next few years, B) anticipated capacity constraints on fire consultants over the next few years, and C) requirement to align the framework with NHG’s programme of remedial works.

Please refer to the procurement documentation for full details of the justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 15       
      Objective criteria for choosing the limited number of candidates: Please refer to the procurement documentation
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: 1b - Building Safety General Fire Consultants       
      Lot No: 1b       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      71317100 - Fire and explosion protection and control consultancy services.
      71317200 - Health and safety services.
      71317000 - Hazard protection and control consultancy services.
      71315400 - Building-inspection services.
      71315300 - Building surveying services.
      71317210 - Health and safety consultancy services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: This lot will be delivered by consultants that can meet the competency requirements established by Government and NHG (e.g., members of the Royal Institute of Chartered Surveyors (RICS), Royal Institute of British Architects (RIBA), and Institution of Fire Engineers (IFE)).

These consultants would be employed to undertake observational and invasive surveys of building components and systems (e.g., internal compartment walls, external walls); provide remedial advice relating to fire safety defects with building elements and systems (e.g., external walls); expert witness services; design guardian services to oversee remedial works to meet quality requirements; site inspection services to meet quality requirements; and support with resident engagement related to fire safety remedial works.

Consultants will also need to be qualified to issue the EWS1 forms. This includes both parts a and b.

Additional information on these requirements can be found in the ITT documents
      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: 4,500,000       
      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: Notting Hill Genesis reserves the right to extend this framework by a further period of up to 24 months (I.e. 4 years + 2 years). NHG considers that the option to extend the framework is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the Public Contracts Regulations 2015. This is due to A) regulatory uncertainty and change over the next few years, B) anticipated capacity constraints on fire consultants over the next few years, and C) requirement to align the framework with NHG’s programme of remedial works.

Please refer to the procurement documentation for full details of the justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 15       
      Objective criteria for choosing the limited number of candidates: Please refer to the procurement documentation.
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: 1c - Building Safety Consultants providing Ancillary Services       
      Lot No: 1c       
      II.2.2) Additional CPV codes:
      71510000 - Site-investigation services.
      71600000 - Technical testing, analysis and consultancy services.
      71315200 - Building consultancy services.
      71315400 - Building-inspection services.
      71315300 - Building surveying services.
      71354100 - Digital mapping services.
      79811000 - Digital printing services.
      48610000 - Database systems.
      48613000 - Electronic data management (EDM).
      72212610 - Database software development services.
      72242000 - Design-modelling services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: As a supplement to lots one and two, NHG will also look to create a lot for ancillary services. This lot will support the process of evaluating and
managing the ongoing fire safety of buildings through laser scanning, 3d model authoring (Computer Aided Design) and drawing services to build
a digital record; project documentation (photographic evidence of deconstruction and reconstruction works); and consultancy services for
the production of safety case reviews that will support ongoing regulatory compliance.
      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: 4,500,000       
      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: Notting Hill Genesis reserves the right to extend this framework by a further period of up to 24 months (I.e. 4 years + 2 years). NHG considers that the option to extend the framework is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the Public Contracts Regulations 2015. This is due to A) regulatory uncertainty and change over the next few years, B) anticipated capacity constraints on fire consultants over the next few years, and C) requirement to align the framework with NHG’s programme of remedial works. Please refer to the procurement documentation for full details of the justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 15       
      Objective criteria for choosing the limited number of candidates: Please refer to the procurement documentation
      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: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: 2a - Development Fire Consultants (complex)       
      Lot No: 2a       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      71315300 - Building surveying services.
      71317210 - Health and safety consultancy services.
      71313410 - Risk or hazard assessment for construction.
      71300000 - Engineering services.
      71315400 - Building-inspection services.
      71317100 - Fire and explosion protection and control consultancy services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: This lot is intended to deliver the full range of the NHG Development team’s fire consultant requirements – an end-to-end solution for our new build development projects. This covers both Fire Engineer services (expert fire engineers forming an integral part of the multi-disciplinary consultant team at design stage for RIBA Stages 0-4), and Fire Guardian services (a role we have established in recent years for monitoring the quality, compliance and safety of the design and construction executed by developers/contractors, primarily at RIBA Stages 4-6). First and foremost we require consultants who can provide the Fire Engineer service, and therefore we are seeking expert fire engineers with appropriate qualifications. Preferably these consultants will also be able to provide the Fire Guardian service, or be willing to develop this service in future. For NHG-led projects, preferably the fire consultant appointed as Fire Engineer at design stage will be retained as our Fire Guardian during technical design and construction once a design & build contract has been let. However we recognise that not all fire consultants are able to provide the Fire Guardian service, and therefore we will welcome bids from Tenderers offering only the Fire Engineer service. This lot description represents NHG’s current intentions for the use of Lot 2a, however NHG reserves the right to select from the most suitable lot for each fire consultant appointment on a case-by-case basis. We also may utilise this lot for work on existing buildings where appropriate, in addition to new-build developments. See the procurement documents for more information about Lot 2a, including the full set of services which may be procured through this lot.
      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       
      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: Notting Hill Genesis reserves the right to extend this framework by a further period of up to 24 months (I.e. 4 years + 2 years). NHG considers that the option to extend the framework is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the Public Contracts Regulations 2015. This is due to A) regulatory uncertainty and change over the next few years, and B) anticipated capacity constraints on fire consultants over the next few years. Please refer to the procurement documentation for full details of the justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 15       
      Objective criteria for choosing the limited number of candidates: Please refer to the procurement documentation
      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: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: 2b - Development Fire Consultants (simple)       
      Lot No: 2b       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      71315400 - Building-inspection services.
      71317100 - Fire and explosion protection and control consultancy services.
      71317210 - Health and safety consultancy services.
      71313410 - Risk or hazard assessment for construction.
      71315300 - Building surveying services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: This lot is intended to deliver the Fire Guardian service portion of the NHG Development team’s fire consultant requirements. The Fire Guardian is a role we have established in recent years for monitoring the quality, compliance and safety of the design and construction executed by developers/contractors, primarily at RIBA Stages 4-6. We are seeking built environment professionals who have appropriate qualifications and sufficient fire safety knowledge to review designs and inspect fire safety aspects of buildings during construction. Unlike Lot 2a, the consultants’ personnel do not necessarily have to be qualified fire engineers. Our intention is to use Lot 2b for Fire Guardian services in less complex circumstances, such as simple low-rise buildings or S106 acquisitions where NHG is not the developer. This lot description represents NHG’s current intentions for the use of Lot 2b, however NHG reserves the right to select from the most suitable lot for each fire consultant appointment on a case-by-case basis. We also may utilise this lot for work on existing buildings where appropriate, in addition to new-build developments. See the procurement documents for more information about Lot 2b, including the full set of services which may be procured through this lot.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,500,000       
      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: Notting Hill Genesis reserves the right to extend this framework by a further period of up to 24 months (I.e. 4 years + 2 years). NHG considers that the option to extend the framework is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the Public Contracts Regulations 2015. This is due to A) regulatory uncertainty and change over the next few years, and B) anticipated capacity constraints on fire consultants over the next few years. Please refer to the procurement documentation for full details of the justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
            / Maximum number: 15       
      Objective criteria for choosing the limited number of candidates: Please refer to the procurement documentation
      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: Not provided       


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:          
      Selection criteria as stated in the procurement 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          
      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: NHG reserves the right to extend this framework of a further period of up by 24 months. NHG considers the option to extend the framework is justified as an “exceptional case” under Regulation 33(3) of the PCRs 2015.

Please refer to the procurement documentation has full details of the justification for the framework extension.    
   
   
   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: 23/06/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.

ABOUT US: Notting Hill Genesis (NHG) is one of the leading housing associations and residential developers in London. Following the 2018 merger between Notting Hill Housing and Genesis Housing Association, NHG now owns 66000 homes. 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 that is operating in 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 fire safety Consultancy services across London, this Framework may present a significant opportunity for the selected framework participants with such organisations, in addition to the opportunity with NHG Group members.

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.

FRAMEWORK LOTS: The framework will be broken down into the following Lots and NHG currently intender to appoint the following number of Tenderers to each lot as an outcome of this procurement process. However we reserve the right to appoint more or less than these numbers at our sole discretion;
Lot 1a - Building Safety Fire Engineering Consultancy Services - 8
Lot 1b - Building Safety General Fire Consultants - 8
Lot 1c - Building Safety Consultants providing Ancillary Services - 8
Lot 2a - Development Fire Consultants (complex) - 8
Lot 2b - Development Fire Consultants (simple) - 8

SMES: NHG 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.

ANTICIPATED WORKS PIPELINE: For information about the Fire Safety projects which NHG anticipates letting over the coming years, see the Information Document in the procurement documents. The services required under call-off contracts will predominantly be at sites located in Greater London, however sites may also be located in other counties in the South East or East of England

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:-Building-consultancy-services./9Y4NQ46U64

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9Y4NQ46U64
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Royal Court of Justice
       The Strand, London, WC2A2LL, United Kingdom
       Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
   VI.4.2) Body responsible for mediation procedures:
             The Royal Court of Justice
          The Strand, London, WC2A2LL, 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 lodging of appeals may be obtained:
          Crown Commercial Services
       London, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 18/05/2021

Annex A


View any Notice Addenda

View Award Notice

UK-London: Building consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Notting Hill Genesis, United Kingdom
       Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
       Tel. +44 2038150000, Email: nicole.ward@nhg.org.uk
       Contact: Nicole Ward
       Main Address: www.nhg.org.uk, Address of the buyer profile: 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: 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: Fire Consultants Framework 2021            
      Reference number: PROC1199

      II.1.2) Main CPV code:
         71315200 - Building consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: NHG is seeking expert fire professionals to provide consultancy services on fire safety & compliance matters. These services will be in respect of new-build residential & mixed use developments, existing residential & mixed use buildings. The services will pertain to the design, construction, refurbishment, maintenance, &/or management of these developments &existing buildings.

The framework will be divided into 5 Lots with the intention that these will primarily be used by two different departments
- Lots 1a, 1b &1c will primarily be used by the Building Safety Team & will primarily be for fire consultancy services for existing residential buildings.
- Lots 2a & 2b will primarily be used by the Development Team & will primarily be for fire consultancy services for new developments.

For the avoidance of doubt, any department or team within NHG may call off from any lot. The framework may also be used by other contracting authorities, as further described at section VI.3

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 36,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 a - Building Safety Fire Engineering Consultancy Services   
      Lot No:1a

      II.2.2) Additional CPV code(s):
            71315200 - Building consultancy services.
            71317100 - Fire and explosion protection and control consultancy services.
            71317200 - Health and safety services.
            71317000 - Hazard protection and control consultancy services.
            71317210 - Health and safety consultancy services.
            71315400 - Building-inspection services.
            71315300 - Building surveying services.


      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: It is intended that this lot would be for Chartered Fire Engineers to undertake technical risk assessments of building elements and systems for regulatory compliance and fire safety (e.g., internal compartment walls, external walls, mechanical systems); remedial advice relating to fire safety defects with building elements and systems (e.g., external walls); expert witness services; advice about interim measures (e.g. fire detection systems, waking watch) and; the production of EWS1 forms to support residential lending activity.

Full Service Specification and use of the lots can be found in the 'Information Document' which forms part of the procurement documents.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:1b - Building Safety General Fire Consultants   
      Lot No:1b

      II.2.2) Additional CPV code(s):
            71315200 - Building consultancy services.
            71317100 - Fire and explosion protection and control consultancy services.
            71317200 - Health and safety services.
            71317000 - Hazard protection and control consultancy services.
            71315400 - Building-inspection services.
            71315300 - Building surveying services.
            71317210 - Health and safety consultancy services.


      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: This lot will be delivered by consultants that can meet the competency requirements established by Government and NHG (e.g., members of the Royal Institute of Chartered Surveyors (RICS), Royal Institute of British Architects (RIBA), and Institution of Fire Engineers (IFE)).

These consultants would be employed to undertake observational and invasive surveys of building components and systems (e.g., internal compartment walls, external walls); provide remedial advice relating to fire safety defects with building elements and systems (e.g., external walls); expert witness services; design guardian services to oversee remedial works to meet quality requirements; site inspection services to meet quality requirements; and support with resident engagement related to fire safety remedial works.

Consultants will also need to be qualified to issue the EWS1 forms. This includes both parts a and b.

Additional information on these requirements can be found in the ITT documents

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:1c - Building Safety Consultants providing Ancillary Services   
      Lot No:1c

      II.2.2) Additional CPV code(s):
            71510000 - Site-investigation services.
            71600000 - Technical testing, analysis and consultancy services.
            71315200 - Building consultancy services.
            71315400 - Building-inspection services.
            71315300 - Building surveying services.
            71354100 - Digital mapping services.
            79811000 - Digital printing services.
            48610000 - Database systems.
            48613000 - Electronic data management (EDM).
            72212610 - Database software development services.
            72242000 - Design-modelling services.


      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: As a supplement to lots one and two, NHG will also look to create a lot for ancillary services. This lot will support the process of evaluating and
managing the ongoing fire safety of buildings through laser scanning, 3d model authoring (Computer Aided Design) and drawing services to build
a digital record; project documentation (photographic evidence of deconstruction and reconstruction works); and consultancy services for
the production of safety case reviews that will support ongoing regulatory compliance.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:2a - Development Fire Consultants (complex)   
      Lot No:2a

      II.2.2) Additional CPV code(s):
            71315200 - Building consultancy services.
            71315300 - Building surveying services.
            71317210 - Health and safety consultancy services.
            71313410 - Risk or hazard assessment for construction.
            71300000 - Engineering services.
            71315400 - Building-inspection services.
            71317100 - Fire and explosion protection and control consultancy services.


      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: This lot is intended to deliver the full range of the NHG Development team’s fire consultant requirements – an end-to-end solution for our new build development projects. This covers both Fire Engineer services (expert fire engineers forming an integral part of the multi-disciplinary consultant team at design stage for RIBA Stages 0-4), and Fire Guardian services (a role we have established in recent years for monitoring the quality, compliance and safety of the design and construction executed by developers/contractors, primarily at RIBA Stages 4-6). First and foremost we require consultants who can provide the Fire Engineer service, and therefore we are seeking expert fire engineers with appropriate qualifications. Preferably these consultants will also be able to provide the Fire Guardian service, or be willing to develop this service in future. For NHG-led projects, preferably the fire consultant appointed as Fire Engineer at design stage will be retained as our Fire Guardian during technical design and construction once a design & build contract has been let. However we recognise that not all fire consultants are able to provide the Fire Guardian service, and therefore we will welcome bids from Tenderers offering only the Fire Engineer service. This lot description represents NHG’s current intentions for the use of Lot 2a, however NHG reserves the right to select from the most suitable lot for each fire consultant appointment on a case-by-case basis. We also may utilise this lot for work on existing buildings where appropriate, in addition to new-build developments. See the procurement documents for more information about Lot 2a, including the full set of services which may be procured through this lot.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:2b - Development Fire Consultants (simple)   
      Lot No:2b

      II.2.2) Additional CPV code(s):
            71315200 - Building consultancy services.
            71315400 - Building-inspection services.
            71317100 - Fire and explosion protection and control consultancy services.
            71317210 - Health and safety consultancy services.
            71313410 - Risk or hazard assessment for construction.
            71315300 - Building surveying services.


      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: This lot is intended to deliver the Fire Guardian service portion of the NHG Development team’s fire consultant requirements. The Fire Guardian is a role we have established in recent years for monitoring the quality, compliance and safety of the design and construction executed by developers/contractors, primarily at RIBA Stages 4-6. We are seeking built environment professionals who have appropriate qualifications and sufficient fire safety knowledge to review designs and inspect fire safety aspects of buildings during construction. Unlike Lot 2a, the consultants’ personnel do not necessarily have to be qualified fire engineers. Our intention is to use Lot 2b for Fire Guardian services in less complex circumstances, such as simple low-rise buildings or S106 acquisitions where NHG is not the developer. This lot description represents NHG’s current intentions for the use of Lot 2b, however NHG reserves the right to select from the most suitable lot for each fire consultant appointment on a case-by-case basis. We also may utilise this lot for work on existing buildings where appropriate, in addition to new-build developments. See the procurement documents for more information about Lot 2b, including the full set of services which may be procured through this lot.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


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
       Not Provided
   

   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: 1    
   Title: Fire Engineering Consultancy Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         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)
             Ashton Fire Limited, 12044770
             30-32 Gildredge Road,, Eastbourne, East Sussex,, BN21 4SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Bailey Partnership (Consultants) LLP, OC420278
             Bridge House, Basted, Borough Green, Sevenoaks, TN158PS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Clear Safety Services Ltd, 09946894
             18 Canterbury Road, Whitstable, CT54EY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Hunters & Partners Limited, 02290829
             Space One Beaden Road, London, W60EA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Hydrock Consultants Ltd, 03118932
             Over Court Barns, Over Lane, Almondsbury, Bristol, BS324D, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             International Fire Consultants Ltd, 02194010
             Kiwa House Malvern View Business Park, Stella Way, Bishops Cleeve, Cheltenham, GL527DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Osborn Associates Limited, 2935660
             South Barn, Crockham Park, Crockham Hill, Edenbridge, TN86SR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Tri Fire Limited, 12545052
             7 Bell Yard, London, WC2A2JR, United Kingdom
             NUTS Code: UK
            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: 10,500,000          
         Total value of the contract/lot: 10,500,000
         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: General Fire Consultants

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         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)
             Airey Miller Limited, 10228384
             St Johns House, Suffolk Way, Sevenoaks, TN131YL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Arcadis LLP, OC368843
             80 Fenchurch Street, London, EC3M4BY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Bailey Partnerhsip (Consultants) LLP, OC420278
             Bridge House, Basted, Borough Green, Sevenoaks, TN158PS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Capital Property & Construction Consultants Ltd, 05848184
             The Brentano Suite, Prospect House, 2 Athenaeum Road, London, N209AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Clear Safety Services Ltd, 09946894
             18 Canterbury Road, Whitstable, CT54EY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Hunter & Partners Limited, 02290829
             Space One Beaden Road, London, W60EA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Hydrock Consultants Ltd, 3118932
             Over Court Barns, Over Lane, Almondsbury, Bristol, BS324D, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             John Rowan & Partners LLP, OC302030
             Craven House, 40 Uxbridge Road, London, W52BS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Martin Arnold Limited, 8643489
             4 Gunnery Terrace, The Royal Arsenal, London, Se186SW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             PRP Architects LLP, OC361169
             Ferry Works Summer Road, Thames Ditton, Surrey, KT70QJ, United Kingdom
             NUTS Code: UK
            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: 10,500,000          
         Total value of the contract/lot: 10,500,000
         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: 1    
   Title: Consultants providing Ancillary Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 5
         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)
             Airey Miller Limited, 10228384
             St Johns House, Suffolk Way, Sevenoaks, TN131YL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Arcadis LLP, OC368843
             80 Fenchurch Street, London, EC3M4BY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Built Environment Reality Capture Limited (T/A Multivista), 11090214
             27-31 Clerkenwell Close, London, EC1R0AT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Cognition Architecture Limited, 10076993
             Kemp House, 152-160 City Road, London, EC1V2NX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             PRP Architects LLP, OC361169
             Ferry Works Summer Road, Thames Ditton, Surrey, KT70QJ, United Kingdom
             NUTS Code: UK
            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: 3,000,000          
         Total value of the contract/lot: 3,000,000
         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: 2    
   Title: Development Fire Consultants (complex)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 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)
             Ashton Fire Limited, 12044770
             30-32 Gildredge Road,, Eastbourne, East Sussex,, BN21 4SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             BB7 Fire Limited, 07088832
             23 Star Hill, Rochester, ME11XF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Hilson Moran Partnership Limited, 01233447
             One Discovery Place, Columbus Drive, Southwood West, Farnborough, GU140NZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Hydrock Consultants Limited, 3118932
             Over Court Barns, Over Lane, Almondsbury, Bristol, BS324D, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             OFR Consultants Limited, 09834368
             Sevendale House, Third Floor, Level Street, Manchester, M11JA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Sweco Ltd & MLM Group, 02888385
             Grove House, Mansion Gate Drive, Leeds, LS74DN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             International Fire Consultants Ltd, 02194010
             Kiwa House Malvern View Business Park, Stella Way, Bishops Cleeve, Cheltenham, GL527DQ, United Kingdom
             NUTS Code: UK
            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: 2    
   Title: Development Fire consultants (simple)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/03/2022

      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)
             Arcadis LLP, OC368843
             80 Fenchurch Street, London, EC3M4BY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Ashton Fire Limited, 12044770
             30-32 Gildredge Road,, Eastbourne, East Sussex,, BN21 4SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             BB7 Fire Limited, 0708832
             23 Star Hill, Rochester, ME11XF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Hydrock Consultants Limited, 3118932
             Over Court Barns, Over Lane, Almondsbury, Bristol, BS324D, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             International Fire Consultants Limited, 02194010
             Kiwa House Malvern View Business Park, Stella Way, Bishops Cleeve, Cheltenham, GL527DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             OFR Consultants Limited, 09834368
             Sevendale House, Third Floor, Level Street, Manchester, M11JA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             PRP Architects LLP, OC361169
             Ferry Works Summer Road, Thames Ditton, Surrey, KT70QJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Sweco Ltd & MLM Group, 02888385
             Grove House, Mansion Gate Drive, Leeds, LS74DN, United Kingdom
             NUTS Code: UK
            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: 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.

FRAMEWORK LOTS: The framework will be broken down into the following Lots
Lot 1a - Building Safety Fire Engineering Consultancy Services
Lot 1b - Building Safety General Fire Consultants
Lot 1c - Building Safety Consultants providing Ancillary Services
Lot 2a - Development Fire Consultants (complex)
Lot 2b - Development Fire Consultants (simple)

Please note the suppliers who have been awarded to the framework are not listed in order of their scoring.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=691227002

   VI.4) Procedures for review

      VI.4.1) Review body
          The Royal Court of Justice
          The Strand, London, WC2A2LL, United Kingdom
          Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

      VI.4.2) Body responsible for mediation procedures
          The Royal Court of Justice
          The Strand, London, WC2A2LL, 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 Services
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 20/05/2022