Metropolitan Housing Trust Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Property services consultancy project - Stock Conditioning |
Notice type: | Contract Notice |
Authority: | Metropolitan Housing Trust Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | MTVH desires to have a proactive relationship with the supplier, ensuring a timely, effective, and accurate service. Monitoring the performance of the supplier and assessing the health of the working relationship are key requirements, with a twofold purpose: •To ensure that the supplier is meeting the performance criteria, e.g., the service levels and quality, defined in the contract •To develop a collaborative approach when identifying service improvement opportunities that benefit our residents Account management is therefore valued very highly. Some requirements for MTVH of this include: •A dedicated account manager operating as a single point of contact for MTVH, who will allocate work out proactively across the various teams within their organisation •Team charts provided to MTVH, so we are aware of the different teams and their members across, e.g., Stock Condition, roof drone surveys etc. •A dedicated telephone line for Stock Condition surveys •Ensure the use of mobile devices i |
Published: | 20/02/2023 16:07 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
METROPOLITAN THAMES VALLEY HOUSING
The Grange, 100 High Street, Southgate, London, N14 6PW, United Kingdom
Tel. +44 2035354295, Email: Jumaa.sudi@mtvh.co.uk
Contact: Jumaa Sudi
Main Address: https://www.mtvh.co.uk/, Address of the buyer profile: WWW.MTVH.CO.UK
NUTS Code: UKJ
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./74392V3V72
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/8DXWJZ5FVX 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: Property services consultancy project - Stock Conditioning
Reference Number: 2022-2023-039
II.1.2) Main CPV Code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: MTVH desires to have a proactive relationship with the supplier, ensuring a timely, effective, and accurate service. Monitoring the performance of the supplier and assessing the health of the working relationship are key requirements, with a twofold purpose: •To ensure that the supplier is meeting the performance criteria, e.g., the service levels and quality, defined in the contract •To develop a collaborative approach when identifying service improvement opportunities that benefit our residents Account management is therefore valued very highly. Some requirements for MTVH of this include: •A dedicated account manager operating as a single point of contact for MTVH, who will allocate work out proactively across the various teams within their organisation •Team charts provided to MTVH, so we are aware of the different teams and their members across, e.g., Stock Condition, roof drone surveys etc. •A dedicated telephone line for Stock Condition surveys •Ensure the use of mobile devices i
II.1.5) Estimated total value:
Value excluding VAT: 6,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
70333000 - Housing services.
71315200 - Building consultancy services.
71315300 - Building surveying services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: MTVH desires to have a proactive relationship with the supplier, ensuring a timely, effective, and accurate service. Monitoring the performance of the supplier and assessing the health of the working relationship are key requirements, with a twofold purpose: •To ensure that the supplier is meeting the performance criteria, e.g., the service levels and quality, defined in the contract •To develop a collaborative approach when identifying service improvement opportunities that benefit our residents Account management is therefore valued very highly. Some requirements for MTVH of this include: •A dedicated account manager operating as a single point of contact for MTVH, who will allocate work out proactively across the various teams within their organisation •Team charts provided to MTVH, so we are aware of the different teams and their members across, e.g., Stock Condition, roof drone surveys etc. •A dedicated telephone line for Stock Condition surveys •Ensure the use of mobile devices are used for any survey •A live central file/shared file/spreadsheet or PowerBi dashboard equivalent, so information can be accessed quickly, and residents’ queries can be answered promptly •Effectively work with MTVH’s existing asset management software Promaster and Keystone and new Northgate (NEC) •Clear and logical process agreed upon regarding ‘no access’ to properties •Fortnightly/monthly operational meetings with key personnel consistently attending and updating clients live project spreadsheet on a regular basis •Quarterly Supplier Relationship Management (SRM) meetings with wider organisational stakeholders The primary scope of services includes: 1.Completing an annual stock condition survey programme of 57,094 units - 1/5th every year (dwellings, flats, maisonettes and other), comprising of 3,791 blocks. 2.Providing and maintaining an up-to-date report detailing the methodology and quality control measures followed during the collation and validation of stock condition dates. 3.Providing on request a summary report detailing the findings of the stock condition survey commissions to demonstrate outcomes and validation. 4.Completing stock condition surveys of vacant blocks and dwellings on newly developed properties before occupation. 5.Maintaining IT hardware and software to the required specification to maintain the capability of completing stock condition survey programmes and the transfer of data to MTVH systems. 6.To install an IT interface with MTVH New Asset Management Database (Currently using Promaster/Keystone which will be integrated into Northgate NEC) to allow for real-time data transfer of information. This option will be explored with the winning bidder to improve data transfer, reduce administration, and achieve efficiencies. 7.Carrying out the roof drone surveys and producing reports and recommendations including images.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 6,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Dependent on performance.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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:
Minimum 3 years referenced experience.
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 - NO
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: 10/04/2023 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): 12
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 8 years
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.
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./74392V3V72
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/74392V3V72
VI.4) Procedures for review
VI.4.1) Review body:
Metropolitan Housing trust
The Grange, 100 High Street, Southgate, London, N14 6PW, United Kingdom
Email: jumaa.sudi@mtvh.co.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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 20/02/2023
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
METROPOLITAN THAMES VALLEY HOUSING
The Grange, 100 High Street, Southgate, London, N14 6PW, United Kingdom
Tel. +44 2035354295, Email: Jumaa.sudi@mtvh.co.uk
Contact: Jumaa Sudi
Main Address: https://www.mtvh.co.uk/, Address of the buyer profile: WWW.MTVH.CO.UK
NUTS Code: UKJ
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: Property services consultancy project - Stock Conditioning
Reference number: 2022-2023-039
II.1.2) Main CPV code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: MTVH desires to have a proactive relationship with the supplier, ensuring a timely, effective, and accurate service. Monitoring the performance of the supplier and assessing the health of the working relationship are key requirements, with a twofold purpose: •To ensure that the supplier is meeting the performance criteria, e.g., the service levels and quality, defined in the contract •To develop a collaborative approach when identifying service improvement opportunities that benefit our residents Account management is therefore valued very highly. Some requirements for MTVH of this include: •A dedicated account manager operating as a single point of contact for MTVH, who will allocate work out proactively across the various teams within their organisation •Team charts provided to MTVH, so we are aware of the different teams and their members across, e.g., Stock Condition, roof drone surveys etc. •A dedicated telephone line for Stock Condition surveys •Ensure the use of mobile devices i
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s):
70333000 - Housing services.
71315200 - Building consultancy services.
71315300 - Building surveying services.
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
UKF - EAST MIDLANDS (ENGLAND)
UKH - EAST OF ENGLAND
UKK - SOUTH WEST (ENGLAND)
UKJ - SOUTH EAST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
UKD - NORTH WEST (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
EAST MIDLANDS (ENGLAND)
EAST OF ENGLAND
SOUTH WEST (ENGLAND)
SOUTH EAST (ENGLAND)
NORTH EAST (ENGLAND)
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: MTVH desires to have a proactive relationship with the supplier, ensuring a timely, effective, and accurate service. Monitoring the performance of the supplier and assessing the health of the working relationship are key requirements, with a twofold purpose: •To ensure that the supplier is meeting the performance criteria, e.g., the service levels and quality, defined in the contract •To develop a collaborative approach when identifying service improvement opportunities that benefit our residents Account management is therefore valued very highly. Some requirements for MTVH of this include: •A dedicated account manager operating as a single point of contact for MTVH, who will allocate work out proactively across the various teams within their organisation •Team charts provided to MTVH, so we are aware of the different teams and their members across, e.g., Stock Condition, roof drone surveys etc. •A dedicated telephone line for Stock Condition surveys •Ensure the use of mobile devices are used for any survey •A live central file/shared file/spreadsheet or PowerBi dashboard equivalent, so information can be accessed quickly, and residents’ queries can be answered promptly •Effectively work with MTVH’s existing asset management software Promaster and Keystone and new Northgate (NEC) •Clear and logical process agreed upon regarding ‘no access’ to properties •Fortnightly/monthly operational meetings with key personnel consistently attending and updating clients live project spreadsheet on a regular basis •Quarterly Supplier Relationship Management (SRM) meetings with wider organisational stakeholders The primary scope of services includes: 1.Completing an annual stock condition survey programme of 57,094 units - 1/5th every year (dwellings, flats, maisonettes and other), comprising of 3,791 blocks. 2.Providing and maintaining an up-to-date report detailing the methodology and quality control measures followed during the collation and validation of stock condition dates. 3.Providing on request a summary report detailing the findings of the stock condition survey commissions to demonstrate outcomes and validation. 4.Completing stock condition surveys of vacant blocks and dwellings on newly developed properties before occupation. 5.Maintaining IT hardware and software to the required specification to maintain the capability of completing stock condition survey programmes and the transfer of data to MTVH systems. 6.To install an IT interface with MTVH New Asset Management Database (Currently using Promaster/Keystone which will be integrated into Northgate NEC) to allow for real-time data transfer of information. This option will be explored with the winning bidder to improve data transfer, reduce administration, and achieve efficiencies. 7.Carrying out the roof drone surveys and producing reports and recommendations including images.
II.2.5) Award criteria:
Quality criterion - Name: 60% / Weighting: 60%
40% - Weighting: 40%
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: No
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 000-005101
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2023 - 005101
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=856243661
VI.4) Procedures for review
VI.4.1) Review body
Metropolitan Housing trust
The Grange, 100 High Street, Southgate, London, N14 6PW, United Kingdom
Email: jumaa.sudi@mtvh.co.uk
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: 31/05/2024