Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Consultancy Services Dynamic Purchasing System |
Notice type: | Contract Notice |
Authority: | Homes |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Notting Hill Genesis are establishing a Dynamic Purchasing System (DPS) in relation to Consultancy Services. Other purchasing organisations such as other registered providers of social housing, Arm's Length Management Organisations (ALMOs) and/or local authorities may also utilise the DPS. |
Published: | 19/02/2025 11:41 |
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 2083574577, Email: dps@effefftee.co.uk
Main Address: https://www.nhg.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./64D5B6MABF
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/92FB7XY59F 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: Consultancy Services Dynamic Purchasing System
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: Notting Hill Genesis are establishing a Dynamic Purchasing System (DPS) in relation to Consultancy Services. Other purchasing organisations such as other registered providers of social housing, Arm's Length Management Organisations (ALMOs) and/or local authorities may also utilise the DPS.
II.1.5) Estimated total value:
Value excluding VAT: 80,000,000
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: Heat Network Improvements
Lot No: 1
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Heat Network Improvements. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
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
Objective criteria for choosing the limited number of candidates: Please see the procurement documentation for all relevant criteria to be invited to join the DPS.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/92FB7XY59F
II.2) Description Lot No. 2
II.2.1) Title: Lift Modernisations
Lot No: 2
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lift Modernisations. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
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
Objective criteria for choosing the limited number of candidates: Please see the procurement documentation for all relevant criteria to be invited to join the DPS.
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: Domestic Heating
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: Domestic Heating. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
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
Objective criteria for choosing the limited number of candidates: Please see the procurement documentation for all relevant criteria to be invited to join the DPS.
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: FRA Remedial Works
Lot No: 4
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: FRA Remedial Works. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
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
Objective criteria for choosing the limited number of candidates: Please see the procurement documentation for all relevant criteria to be invited to join the DPS.
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: Mechanical and Electrical
Lot No: 5
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Mechanical and Electrical. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
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
Objective criteria for choosing the limited number of candidates: Please see the procurement documentation for all relevant criteria to be invited to join the DPS.
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. 6
II.2.1) Title: Asbestos
Lot No: 6
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Asbestos. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
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
Objective criteria for choosing the limited number of candidates: Please see the procurement documentation for all relevant criteria to be invited to join the DPS.
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. 7
II.2.1) Title: Fire Services
Lot No: 7
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Fire Services. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
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
Objective criteria for choosing the limited number of candidates: Please see the procurement documentation for all relevant criteria to be invited to join the DPS.
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. 8
II.2.1) Title: Drainage
Lot No: 8
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Drainage. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
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
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: 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:
Please refer to the procurement documentation.
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Please refer to the procurement documentation.
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
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: Yes
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: 21/03/2025 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: Not Provided
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: NHG 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 to 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 we do supports that. For more information, visit www.nhg.org.uk.
VALUE: Applicants should note that the estimated value given in this Notice is based on NHG's current anticipated requirements. NHG cannot give any guarantees that services totalling this value will in fact be required. Equally, the total value may increase, either if NHG’s own requirements increase unexpectedly or if the DPS is used by other contracting authorities more extensively than anticipated.
AUTHORISED USERS: This DPS will be available for use by NHG and 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 DPS by any other contracting authority that is a provider of social housing 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-socialhousing.
OTHER: NHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the DPS. 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./64D5B6MABF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/64D5B6MABF
VI.4) Procedures for review
VI.4.1) Review body:
Public Procurement Review Service
Cabinet Office, London, United Kingdom
Email: publicprocurementreview@cabinetoffice.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Public Procurement Review Service
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 19/02/2025
Annex A
View any Notice Addenda
UK-London: Building consultancy services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Notting Hill Genesis
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
Tel. +44 2083574577, Email: dps@effefftee.co.uk
Main Address: https://www.nhg.org.uk/
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Consultancy Services Dynamic Purchasing System 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: Notting Hill Genesis are establishing a Dynamic Purchasing System (DPS) in relation to Consultancy Services. Other purchasing organisations such as other registered providers of social housing, Arm's Length Management Organisations (ALMOs) and/or local authorities may also utilise the DPS.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 14/03/2025
VI.6) Original notice reference:
Notice Reference: 2025 - 747170
Notice number in OJ S: 2025/S 000 - 005805
Date of dispatch of the original notice: 19/02/2025
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV 2.2
Place of text to be modified: 2.2
Instead of:
Date: 21/03/2025
Local Time: 12:00
Read:
Date: 04/04/2025
Local Time: 12:00
VII.2) Other additional information: 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./64D5B6MABF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/64D5B6MABF
Consultancy Services Dynamic Purchasing System
UK-London: Building consultancy services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Notting Hill Genesis
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
Tel. +44 2083574577, Email: dps@effefftee.co.uk
Main Address: https://www.nhg.org.uk/
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Consultancy Services Dynamic Purchasing System 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: Notting Hill Genesis are establishing a Dynamic Purchasing System (DPS) in relation to Consultancy Services. Other purchasing organisations such as other registered providers of social housing, Arm's Length Management Organisations (ALMOs) and/or local authorities may also utilise the DPS.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 31/03/2025
VI.6) Original notice reference:
Notice Reference: 2025 - 747170
Notice number in OJ S: 2025/S 000 - 005805
Date of dispatch of the original notice: 19/02/2025
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV 2.2
Place of text to be modified: 2.2
Instead of:
Date: 04/04/2025
Local Time: 12:00
Read:
Date: 17/04/2025
Local Time: 12:00
VII.2) Other additional information: Deadline Date is being extended, plus ref Part 5 of Document A1 within the DPS SQ Documentation: Question 6.1 - It must be noted that the minimum requirements for the evaluated case studies have been amended since publication of the original Contract Notice. The revision is set out within Issue 3 of the Clarification Log, provided via the Message Facility.
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./64D5B6MABF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/64D5B6MABF