Notting Hill Genesis: Planned Investment Framework 2023

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

Notice Summary
Title: Planned Investment Framework 2023
Notice type: Contract Notice
Authority: Notting Hill Genesis
Nature of contract: Works
Procedure: Restricted
Short Description: Notting Hill Genesis (NHG) is seeking to procure a Framework Agreement for the provision on Planned Investment works. The Framework will comprise of 3 Lots as follows: •Lot 1 – Planned Investment - Building Envelope and Communal Spaces •Lot 2 – Planned Investment - Kitchen and Bathroom Replacements •Lot 2 – Planned Investment - Retrofit and Decarbonisation
Published: 31/03/2023 15:57
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-UK-London: Construction work.: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Notting Hill Genesis
             Bruce Kenrick House, 2 Killick Street, UK-London: Construction work., N19FL, United Kingdom
             Tel. +44 2038150000, 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-UK-London:-Construction-work.:-Construction-work./58G2246U3E
      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: Planned Investment Framework 2023       
      Reference Number: PROC1636
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Notting Hill Genesis (NHG) is seeking to procure a Framework Agreement for the provision on Planned Investment works. The Framework will comprise of 3 Lots as follows:
•Lot 1 – Planned Investment - Building Envelope and Communal Spaces
•Lot 2 – Planned Investment - Kitchen and Bathroom Replacements
•Lot 2 – Planned Investment - Retrofit and Decarbonisation       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,837,000,000       
      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: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenderers are welcome to submit proposals for only 2 of the 3 Lots available. Please note Tenderers can only submit a response for either Lot 1 or Lot 2.
Further information is available in the Information for Tenderers document that accompanies this notice.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: •Lot 1 – Planned Investment - Building Envelope and Communal Spaces       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45210000 - Building construction work.
      45100000 - Site preparation work.
      45111200 - Site preparation and clearance work.
      44112000 - Miscellaneous building structures.
      44115000 - Building fittings.
      44115800 - Building internal fittings.
      45421100 - Installation of doors and windows and related components.
      45421110 - Installation of door and window frames.
      44112410 - Roof frames.
      44112420 - Roof supports.
      44112430 - Roof trusses.
      44112500 - Roofing materials.
      44232000 - Timber roof trusses.
      45261100 - Roof-framing work.
      45261200 - Roof-covering and roof-painting work.
      45261410 - Roof insulation work.
      45261900 - Roof repair and maintenance work.
      45343100 - Fireproofing work.
      45440000 - Painting and glazing work.
      45321000 - Thermal insulation work.
      31625100 - Fire-detection systems.
      31625200 - Fire-alarm systems.
      35111500 - Fire suppression system.
      44221220 - Fire doors.
      44480000 - Miscellaneous fire-protection equipment.
      44482000 - Fire-protection devices.
      45312100 - Fire-alarm system installation work.
      45343000 - Fire-prevention installation works.
      51700000 - Installation services of fire protection equipment.
      75251110 - Fire-prevention services.
      45320000 - Insulation work.
      
      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: The scope of works for contracts placed under this Lot, includes but is not limited to, external and internal redecorations to communal hallways, roof repairs and roof renewals, roof and cavity insulation, window repairs and replacement, door repairs and replacement, structural repairs to steps, balconies, fencing & walls, Housing Health and Safety Rating Scheme (HHSRS) associated works along with internal works to communal areas including floor coverings, fire risk remedial works and low energy lighting.
      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: 1,200,000,000       
      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:
             Envisaged minimum number: 12
             
      Objective criteria for choosing the limited number of candidates: NHG are anticipating taking 12 Tenderers through to the ITT stage for each lot, with 8 suppliers being awarded onto the framework for each lot. Please note NHG reserve the right to amend these numbers up or down.
      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.

Please note the access code for responding and uploading your responses to the correct areas are
main questionnaire: 58G2246U3E
Lot 1 - WMSC7366TC
Lot 2 - 4AR8649958
Lot 3 - W576PVH42A

Information on how to respond to the tender can be found in the tender documents.       
II.2) Description Lot No. 2
      
      II.2.1) Title: •Lot 2 – Planned Investment - Kitchen and Bathroom Replacements       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45211310 - Bathrooms construction work.
      39141000 - Kitchen furniture and equipment.
      39141400 - Fitted kitchens.
      39220000 - Kitchen equipment, household and domestic items and catering supplies.
      39221000 - Kitchen equipment.
      45330000 - Plumbing and sanitary works.
      45332200 - Water plumbing work.
      
      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: Contract placed under this Lot will typically involve the replacement programmes for domestic kitchen and bathroom works. This will mainly comprise of removal and installation of the existing kitchen, or bathroom, or both, internal redecorations, electrical testing and remedial works, minor remedial and damp proofing works, tiling and vinyl flooring.
      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: 330,000,000       
      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:
             Envisaged minimum number: 12
             
      Objective criteria for choosing the limited number of candidates: NHG are anticipating taking 12 Tenderers through to the ITT stage for each lot, with 8 suppliers being awarded onto the framework for each lot. Please note NHG reserve the right to amend these numbers up or down.
      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.

Please note the access code for responding and uploading your responses to the correct areas are
main questionnaire: 58G2246U3E
Lot 1 - WMSC7366TC
Lot 2 - 4AR8649958
Lot 3 - W576PVH42A

Information on how to respond to the tender can be found in the tender documents.       
II.2) Description Lot No. 3
      
      II.2.1) Title: •Lot 3 – Planned Investment - Retrofit and Decarbonisation       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45210000 - Building construction work.
      45100000 - Site preparation work.
      45111200 - Site preparation and clearance work.
      44112000 - Miscellaneous building structures.
      45261410 - Roof insulation work.
      45321000 - Thermal insulation work.
      45320000 - Insulation work.
      45323000 - Sound insulation work.
      44115000 - Building fittings.
      44115800 - Building internal fittings.
      45421100 - Installation of doors and windows and related components.
      45421110 - Installation of door and window frames.
      39563530 - Ventilation ducting.
      42500000 - Cooling and ventilation equipment.
      42520000 - Ventilation equipment.
      45331000 - Heating, ventilation and air-conditioning installation work.
      45331200 - Ventilation and air-conditioning installation work.
      45331210 - Ventilation installation work.
      09330000 - Solar energy.
      
      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: Contract placed under this Lot will typically involve the........
      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: 307,000,000       
      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:
             Envisaged minimum number: 12
             
      Objective criteria for choosing the limited number of candidates: NHG are anticipating taking 12 Tenderers through to the ITT stage for each lot, with 8 suppliers being awarded onto the framework for each lot. Please note NHG reserve the right to amend these numbers up or down.
      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.

Please note the access code for responding and uploading your responses to the correct areas are
main questionnaire: 58G2246U3E
Lot 1 - WMSC7366TC
Lot 2 - 4AR8649958
Lot 3 - W576PVH42A

Information on how to respond to the tender can be found in the tender documents.       


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:          
      As detailed in the SQ 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.2.2) Contract performance conditions       
      As per the procurement 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: 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: Further information is available in Section VI.3 Additional Information.    
   
   
   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: 02/05/2023 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 12/06/2023       
      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: 31/03/2024
      
      

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: 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 operating in the Greater London area . 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 additional housing across London this Framework may present a significant opportunity for the selected framework participants and these organisations.

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 PCRs 2015:

1 - NHG is committed to delivering our planned investment programme which includes a programme of works to be completed by 2030 and beyond.
2 - NHG is working towards a target of meeting EPC B and C for all its rented homes by 2030 and net zero carbon by 2050. We believe that it is therefore critical to NHG that we can build and maintain strong relationships with the members of this framework, in order to work together to meet the challenges ahead, and work in a spirit of collaboration and continual improvement through this period of regulatory uncertainty, change and upheaval. We expect this period to exceed the standard four-year term for frameworks under the Public Contracts Regulations 2015.
3 - NHG are setting out a new approach to delivering long term social value through the framework and believe 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-UK-London:-Construction-work.:-Construction-work./58G2246U3E

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/58G2246U3E
   VI.4) Procedures for review
   VI.4.1) Review body:
             Notting Hill Housing Trust
       Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
       Tel. +44 2083574577
   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: 31/03/2023

Annex A


View any Notice Addenda

View Award Notice

UK-UK-London: Construction work.: Construction work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Notting Hill Genesis
       Bruce Kenrick House, 2 Killick Street, UK-London: Construction work., N19FL, United Kingdom
       Tel. +44 2038150000, 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: Planned Investment Framework 2023            
      Reference number: PROC1636

      II.1.2) Main CPV code:
         45000000 - Construction work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Notting Hill Genesis (NHG) is seeking to award a Framework Agreement for the provision on Planned Investment works. The Framework will comprise of 3 Lots as follows: •Lot 1 – Planned Investment - Building Envelope and Communal Spaces •Lot 2 – Planned Investment - Kitchen and Bathroom Replacements •Lot 2 – Planned Investment - Retrofit and Decarbonisation

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,800,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:•Lot 1 – Planned Investment - Building Envelope and Communal Spaces   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45210000 - Building construction work.
            45100000 - Site preparation work.
            45111200 - Site preparation and clearance work.
            44112000 - Miscellaneous building structures.
            44115000 - Building fittings.
            44115800 - Building internal fittings.
            45421100 - Installation of doors and windows and related components.
            45421110 - Installation of door and window frames.
            44112410 - Roof frames.
            44112420 - Roof supports.
            44112430 - Roof trusses.
            44112500 - Roofing materials.
            44232000 - Timber roof trusses.
            45261100 - Roof-framing work.
            45261200 - Roof-covering and roof-painting work.
            45261410 - Roof insulation work.
            45261900 - Roof repair and maintenance work.
            45343100 - Fireproofing work.
            45440000 - Painting and glazing work.
            45321000 - Thermal insulation work.
            31625100 - Fire-detection systems.
            31625200 - Fire-alarm systems.
            35111500 - Fire suppression system.
            44221220 - Fire doors.
            44480000 - Miscellaneous fire-protection equipment.
            44482000 - Fire-protection devices.
            45312100 - Fire-alarm system installation work.
            45343000 - Fire-prevention installation works.
            51700000 - Installation services of fire protection equipment.
            75251110 - Fire-prevention services.
            45320000 - Insulation work.


      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: The scope of works for contracts placed under this Lot, includes but is not limited to, external and internal redecorations to communal hallways, roof repairs and roof renewals, roof and cavity insulation, window repairs and replacement, door repairs and replacement, structural repairs to steps, balconies, fencing & walls, Housing Health and Safety Rating Scheme (HHSRS) associated works along with internal works to communal areas including floor coverings, fire risk remedial works and low energy lighting.

      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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:•Lot 2 – Planned Investment - Kitchen and Bathroom Replacements   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45211310 - Bathrooms construction work.
            39141000 - Kitchen furniture and equipment.
            39141400 - Fitted kitchens.
            39220000 - Kitchen equipment, household and domestic items and catering supplies.
            39221000 - Kitchen equipment.
            45330000 - Plumbing and sanitary works.
            45332200 - Water plumbing work.


      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: Contract placed under this Lot will typically involve the replacement programmes for domestic kitchen and bathroom works. This will mainly comprise of removal and installation of the existing kitchen, or bathroom, or both, internal redecorations, electrical testing and remedial works, minor remedial and damp proofing works, tiling and vinyl flooring.

      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 can 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: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:•Lot 3 – Planned Investment - Retrofit and Decarbonisation   
      Lot No:3

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45210000 - Building construction work.
            45100000 - Site preparation work.
            45111200 - Site preparation and clearance work.
            44112000 - Miscellaneous building structures.
            45261410 - Roof insulation work.
            45321000 - Thermal insulation work.
            45320000 - Insulation work.
            45323000 - Sound insulation work.
            44115000 - Building fittings.
            44115800 - Building internal fittings.
            45421100 - Installation of doors and windows and related components.
            45421110 - Installation of door and window frames.
            39563530 - Ventilation ducting.
            42500000 - Cooling and ventilation equipment.
            42520000 - Ventilation equipment.
            45331000 - Heating, ventilation and air-conditioning installation work.
            45331200 - Ventilation and air-conditioning installation work.
            45331210 - Ventilation installation work.
            09330000 - Solar energy.


      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: Contract placed under this Lot will typically involve the

      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 can 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: 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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2023/S 000-009530
      
   

   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: Lot 1    
   Lot Number: 1    
   Title: Planned Investment - Building Envelope and Communal Spaces

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 12
         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)
             Architectural Decorators Limited, 00386730
             Samuel House, Sidcup, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Axis Europe PLC, 01991637
             Tramway House, London, E54PN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Amber Construction Services Limited, 04184802
             Unit 5 Rippleside Commercial Estate, Barking, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Equans Regeneration Limited, 01738371
             Q10 Quorum Business Park, Newcastle, NE12 8BU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Morgan Sindall Property Services Ltd, 04415196
             Kent House, London, W1W 8A, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Mulalley and Company Limited, 01534913
             Teresa Gavin House, Woodford Green, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Quinn London Limited, 04005400
             Dome House, London, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             United Living (South) Limited, 00817560
             Media House, Leatherhead, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             Wates Property Services Limited, 01141788
             Wates House, Leatherhead, 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: 1,200,000,000          
         Total value of the contract/lot: 1,200,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Lot 2    
   Lot Number: 2    
   Title: Planned Investment - Kitchen and Bathroom Replacements

   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: 12
         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)
             BuildTrust Limited, 06709217
             7a Marlowes, Hemel HEmpstead, HP1 1LA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Chas Berger Limited, 00359611
             4 Tabernacle Street, London, EC2A 4LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Chigwell (London) Limited, 09812304
             Aaron House, Ilford, IG6 3LP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             DCK Construction Limited, 06645493
             8 Oakleighs, Woodford Green, IG8 0PU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Greyline Builders Limited, 01181590
             29 Fourth Way, Wembley, HA9 0LH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             KBH Building Services Ltd, 09142184
             110 Brooker Road, Waltham Abbey, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Milestone Contracting Limited, 12560828
             3 Beauchamp Cpourt, Barnet, EN5 5TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Pilon Limited, 05175644
             Station Road, Bracknell, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             R. Benson Property Maintenance Ltd, 04296835
             Unit 1, Anglo Business Park, Chesham, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             Saltash Enterprises Limited, 01977118
             110 -116 Ormside Street, London, SE15 1TF, 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: 330,000,000          
         Total value of the contract/lot: 330,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: 3    
   Title: 3 - Planned Investment - Retrofit and Decarbonisation

   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: 9
         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)
             Architectural Decorators Limited, 00386730
             Samuel House, Sidcup, DA14 5DT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Amber Construction Services Limited, 04184802
             unit 5 Rippleside Commercial Estate, Barking, IG11 0RJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Axis Europe PLC, 01991637
             Tramway House, London, E15 4PN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Durkan Limited, 00997195
             4 Elstree Gate, Borehamwood, WD6 1JD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Equans Regeneration Limited, 01738371
             Q10 Quorum Business Park, Newcastle, NE12 8BU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Morgan Sindall Property Services Ltd, 04415196
             Kent House, London, W1W 8A, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Mulalley and Company Limited, 01534913
             Teresa Gavin House, Woodofrd Green, IG8 8FA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             United Living (South) Limited, 00817560
             Media House, Swanley, BR8 8HU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             Wates Property Services Limited, 01141788
             Wates House, Leatherhead, KT22 7SW, 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: 307,000,000          
         Total value of the contract/lot: 307,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: This framework will be available for use by any entity within the same group of companies as NHG from time to time 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 permit use of the framework by any other CA that is a provider of social housing operating in the Greater London area . This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 ®istered with the Regulator of Social Housing), local authorities and/or Arm’s-Length Management Organisations (ALMO). Please note suppliers are listed in alphabetical order & not framework rank order in this notice.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=844073689

   VI.4) Procedures for review

      VI.4.1) Review body
          Notting Hill Genesis
          Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
          Tel. +44 2083574577

      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: 22/02/2024