Sovereign Network Homes: Consultants Framework

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

Notice Summary
Title: Consultants Framework
Notice type: Contract Notice
Authority: Sovereign Network Homes
Nature of contract: Services
Procedure: Restricted
Short Description: A Framework in 3 lots- general building consultants, M&E Consultants and Lift Consultants. We intend to appoint five organisations for Lot 1, three for Lot 2 and three for Lot 3. The term of the framework will be 4 years from the Commencement Date. Contracts will be called off the framework as and when required. No guarantee of the volume of work can be given.
Published: 05/01/2017 14:55
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
             Network Homes
             Olympic Office Centre, 8 Fulton Road, London, HA9 0NU, United Kingdom
             Tel. +44 2087824312, Email: procurement@networkhomes.org.uk
             Main Address: 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:-Building-consultancy-services./Z233EXXSGR
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: Consultants Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71315200 - Building consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: A Framework in 3 lots- general building consultants, M&E Consultants and Lift Consultants. We intend to appoint five organisations for Lot 1, three for Lot 2 and three for Lot 3. The term of the framework will be 4 years from the Commencement Date. Contracts will be called off the framework as and when required. No guarantee of the volume of work can be given.       
      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: 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: General Building Consultancy       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71315300 - Building surveying services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: This Lot is for General building consultancy and services required could include
•Contract administration
•Building surveying
•Condition surveys
•Clerks of works
•CDM and Principal Designer services
•Quantity Surveyors/cost consultants
•Structural surveyor/engineer
•Party wall/easements surveyor
•Feasibility and capacity studies
•EPC surveys
•SAP surveys
•ECO and other environmental projects
•Plan preparation for building leases and land title
•Dilapidations
•Planning Applications
•Fire risk assessments
•Procurement advice/assistance
Applicants must be able to provide all services themselves or through well-established supply chain arrangements.
Although the Framework will be managed from Wembley (London) call offs could require the consultant to visit any property owned or managed by Network Homes, which are throughout London and the Home Counties.
      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: Not provided       
      Currency: Not provided       
      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 minimum number: 8
            / Maximum number: 10       
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: M&E Consultancy       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71315210 - Building services consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: This Lot could include consultancy/projects/advice in relation to (but not exclusively):
•Fire engineering
•Renewables
•Access control
•Domestic and district heating systems and equipment
•Boosted water systems
•CHP
•BMS systems
•Water treatments and environmental services
•Below ground drainage and surface and foul water services
•Electrical services (including design, maintenance, CCTV, lighting, telecoms, security
•Mechanical ventilation and extraction
•Gas distribution services
•Post contract advice in relation to projects/works by others
•Civil engineering
Applicants should be able to provide all services either directly or through a well-established supply chain
We intend to appoint 3 consultancy firms to this Lot.
Although the Framework will be managed from Wembley (London) call offs could require the consultant to visit any property owned or managed by Network Homes, which are throughout London and the Home Counties.
      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: Not provided       
      Currency: Not provided       
      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 minimum number: 5
            / Maximum number: 7       
      Objective criteria for choosing the limited number of candidates: As set out in the SQ 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: Lift Consultancy       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Work required under this Lot may include consultancy/projects/advice in relation to (but not exclusively), the installation, refurbishment and/or maintenance of:
•Passenger lifts
•Mobility lifts and hoists
•Commercial lifts

It is intended that 3 consultancy firms will be appointed to the Framework for this Lot

Although the Framework will be managed from Wembley (London) call offs could require the consultant to visit any property owned or managed by Network Homes, which are throughout London and the Home Counties.
      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: Not provided       
      Currency: Not provided       
      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 minimum number: 5
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: As set out in the SQ 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:          
      Not Provided       
      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 Documents          
      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: Yes    

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: 11               
         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: 06/02/2017 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/02/2017       
      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 is one of England’s leading housing associations with over 40 years experience of developing and managing affordable homes to rent and buy. We believe that having a good home makes everything possible. We own and manage over 20,000 homes across London and the South East, and work on the principle that we can and must do everything possible to meet the housing crisis. We aim to build around 1,000 homes a year across all tenures and we are working to achieve overall customer satisfaction of 90%.
Applicants may apply to be considered for all or some Lots and will be separately assessed for each, so should submit separate applications.
Further information is available in the SQ documentation and the associated tender documents which are also uploaded for 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.
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./Z233EXXSGR

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z233EXXSGR
   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:
Not provided
   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 after communication to tenderers of the authority's intended award decision. There is no right of appeal to the contracting authority and instead the UK Public Contract 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 granted by the courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in V1.4.1    
   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: 05/01/2017

Annex A


View any Notice Addenda

View Award Notice