Notting Hill Genesis is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Electrical Safety Framework |
Notice type: | Contract Notice |
Authority: | Notting Hill Genesis |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Notting Hill Genesis (NHG) is looking to procure a Framework Agreement for the provisions of Electrical Safety Testing works. Works will be delivered across three regions, with call-off contracts issued for each one. The services will cover EICR testing and associated remedial work (both domestic and communal), domestic and communal heat and smoke detection, emergency lighting and PAT testing. Contractors will be required to provide all safety tests, inspections and certification including required remedial works to achieve compliance. Please note the estimated total value includes third party spend. |
Published: | 14/07/2023 10:34 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Notting Hill Genesis
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
Tel. +44 3330003000, Email: nicole.ward@nhg.org.uk
Contact: Nicole Ward
Main Address: www.nhg.org.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Electrical-installation-work./G6H4YN678V
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Electrical Safety Framework
Reference Number: PROC1588
II.1.2) Main CPV Code:
45310000 - Electrical installation work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Notting Hill Genesis (NHG) is looking to procure a Framework Agreement for the provisions of Electrical Safety Testing works. Works will be delivered across three regions, with call-off contracts issued for each one. The services will cover EICR testing and associated remedial work (both domestic and communal), domestic and communal heat and smoke detection, emergency lighting and PAT testing. Contractors will be required to provide all safety tests, inspections and certification including required remedial works to achieve compliance.
Please note the estimated total value includes third party spend.
II.1.5) Estimated total value:
Value excluding VAT: 50,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: One lot only
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Electrical Safety Testing
Lot No: 1
II.2.2) Additional CPV codes:
45310000 - Electrical installation work.
45311000 - Electrical wiring and fitting work.
45317000 - Other electrical installation work.
45311100 - Electrical wiring work.
45311200 - Electrical fitting work.
45312000 - Alarm system and antenna installation work.
39710000 - Electrical domestic appliances.
45315100 - Electrical engineering installation works.
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
50711000 - Repair and maintenance services of electrical building installations.
51100000 - Installation services of electrical and mechanical equipment.
51110000 - Installation services of electrical equipment.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKJ SOUTH EAST (ENGLAND)
UK UNITED KINGDOM
II.2.4) Description of procurement: NGH are looking to procure a single lot framework for Electrical Safety Testing. This will include but is not excluded to;
•5 year domestic EICR programme of circa 45,000 properties
•5 year communal EICR programme of circa 5,000 properties
•Remedial works required to achieve a pass for the above EICR inspections
•Renewal of smoke detection systems that will expire prior to the next EICR
•Replacement of CO alarms that will expire prior to next EICR
The framework will be a four plus four year framework with call off contracts for five years with the right to extend for a further five plus five years.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 30,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Additional info on the breakdown of the estimated value of this Lot is available in the IFT document.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2023/S 000 - 015453
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/08/2023
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 25/09/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 31/08/2024
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Proposed Framework: NHG ‘s are looking to create a multiple-supplier Framework Agreement with a single Lot. Currently, it is proposed that the framework duration will be up to 8 years (with an initial 4-year term, which can be extended by a period of 4 years each). The length of the call off contracts will differ dependent on the scope of works.
ABOUT US: Notting Hill Genesis is one of the largest housing associations in the country, with more than 66,000 homes across London and the south-east. We provide homes across a range of tenures and are committed to delivering housing that is affordable for all. We build and maintain quality homes, creating diverse and thriving communities. This is our primary purpose and everything else we do supports that. For more information, visit www.nhg.org.uk.
PROCUREMENT PROCESS: We will be following the two-stage, Restricted Procedure. The Selection Questionnaire (SQ) stage is starting in July 2023, with around 4 weeks allowed for bidders to respond. The Invitation to Tender (ITT) stage is likely to start in September 2023, with around 4 weeks allowed for bidders to respond. The procurement timetable can be found in the tender documents.
FRAMEWORK VALUE: The estimated value of the Framework Agreement given in this Notice is based on NHG's current anticipated requirements and on the maximum potential length of any call-off contracts. NHG cannot give any guarantees that works totalling this value will in fact be called off from this framework. All information in this Contract Notice (including but not limited to lot structure, values, services) is not a firm commitment and may be subject to change following market engagement.
Our rationale and justification for procuring a Framework for a longer period than four years in this case is as follows. We are of the view that the proposed framework length and option to extend beyond four years in this case is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the Public Contracts Regulations 2015:
1.NHG has a 5-year EICR programme and may be required to procure additional suppliers beyond the typical 4 year term of the framework to deliver this.
2.NHG is setting out a new approach to delivering long term social value through the framework and believes that a long-term partnering approach is the only way to achieve this
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Electrical-installation-work./G6H4YN678V
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/G6H4YN678V
VI.4) Procedures for review
VI.4.1) Review body:
Notting Hill Genesis
2 Killick street, London, N19FL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
The Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 14/07/2023
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Notting Hill Genesis
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
Tel. +44 3330003000, Email: nicole.ward@nhg.org.uk
Contact: Nicole Ward
Main Address: www.nhg.org.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Electrical Safety Framework
Reference number: PROC1588
II.1.2) Main CPV code:
45310000 - Electrical installation work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Notting Hill Genesis (NHG) is looking to procure a Framework Agreement for the provisions of Electrical Safety Testing works. Works will be delivered across three regions, with call-off contracts issued for each one. The services will cover EICR testing and associated remedial work (both domestic and communal), domestic and communal heat and smoke detection, emergency lighting and PAT testing. Contractors will be required to provide all safety tests, inspections and certification including required remedial works to achieve compliance. Please note the estimated total value includes third party spend.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 50,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Electrical Safety Testing
Lot No:1
II.2.2) Additional CPV code(s):
45310000 - Electrical installation work.
45311000 - Electrical wiring and fitting work.
45317000 - Other electrical installation work.
45311100 - Electrical wiring work.
45311200 - Electrical fitting work.
45312000 - Alarm system and antenna installation work.
39710000 - Electrical domestic appliances.
45315100 - Electrical engineering installation works.
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
50711000 - Repair and maintenance services of electrical building installations.
51100000 - Installation services of electrical and mechanical equipment.
51110000 - Installation services of electrical equipment.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKH - EAST OF ENGLAND
UKJ - SOUTH EAST (ENGLAND)
UK - UNITED KINGDOM
Main site or place of performance:
LONDON
EAST OF ENGLAND
SOUTH EAST (ENGLAND)
UNITED KINGDOM
II.2.4) Description of the procurement: NGH are looking to procure a single lot framework for Electrical Safety Testing. This will include but is not excluded to; •5 year domestic EICR programme of circa 45,000 properties •5 year communal EICR programme of circa 5,000 properties •Remedial works required to achieve a pass for the above EICR inspections •Renewal of smoke detection systems that will expire prior to the next EICR •Replacement of CO alarms that will expire prior to next EICR The framework will be a four plus four year framework with call off contracts for five years with the right to extend for a further five plus five years.
II.2.5) Award criteria:
Quality criterion - Name: Quality - full criteria breakdown can be found in the tender documents / Weighting: 70
Cost criterion - Name: Price - full criteria breakdown to be found in the tender documents / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Additional info on the breakdown of the estimated value of this Lot is available in the IFT document.
The estimated value is based on NHG's current anticipated requirements & the max potential length of any call-off contracts. NHG cannot give any guarantees that works totalling this value will in fact be called off from this framework
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2023/S 000-015453
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: PROC1588
Lot Number: 1
Title: Lot 1 - Electrical Safety Framework
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/01/2024
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Axis Europe PLC, 01991637
Tramway House,, 3 Tramway Avenue,, London,, E15 4PN, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
AJS Limited, 02944618
Farley House, Kinvara Business Park, 22-42 Freshwater Road, Dagenham Essex, RM8 1RY, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Evans and Shea Limited, 09365711
37 Collier Row Lane, Romford, Essex, RM5 3BD, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
Fixatex Limited, 03998714
Manufactory House, Bell Lane, Hertford, Hertfordshire, SG14 1BP, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Niblock (Builders) Limited, 00633825
43 – 45 Dorset Street, London, W1U 7NA, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
OpenView Security Solutions Limited, 03376202
OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.7)
PiLON Limited, 05175644
Suite 4b, Columbia Centre, Station Road, Bracknell, Berkshire, RG12 1LP, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.8)
Propertyserve Building Solutions Limited, 02047493
146 High Street, Billericay, Essex, CM12 9DF, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.9)
Purdy Contracts Limited, 01830283
Brooklyn Lodge, Mott Street, London, E4 7RW, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.10)
RGE Services Limited, 03305853
The Nurseries, Gravel Lane, Chigwell, Essex, IG7 6BZ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 50,000,000
Total value of the contract/lot: 50,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 1
Title: Lot 1 - Electrical Safety Framework
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/01/2024
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
The Wiggett Group Ltd, 09644698
Unit 4, Clapgates Farm,, Warley Gap, Warley, Brentwood, CM13 3DS, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 50,000,000
Total value of the contract/lot: 50,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The framework duration will be up to 8 years (4+4). Our rationale & justification for procuring a Framework for a longer period than 4 years, is we are of the view that the proposed framework length & option to extend beyond four years in this case is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the PCRs 2015: 1.NHG has a 5-year EICR programme & may be required to procure additional suppliers beyond the typical 4 year term of the framework to deliver this. 2.NHG is setting out a new approach to delivering long term social value & believes that a long-term partnering approach is the only way to achieve this.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=852430945
VI.4) Procedures for review
VI.4.1) Review body
Notting Hill Genesis
2 Killick street, London, N19FL, United Kingdom
VI.4.2) Body responsible for mediation procedures
The Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 04/04/2024